Vous êtes sur la page 1sur 78

ORISSA POWER TRANSMISSION CORPORATION LTD

OFFICE OF THE SR. GENERAL MANAGER,


CENTRAL PROCUREMENT CELL,
JANPATH, BHUBANESWAR - 751022

TENDER SPECIFICATION
NO. SR.G.M.-CPC –REP TRF-O&M–74 /2008-09.

FOR

REPAIR OF

20MVA MVA POWER TRANSFORMERS

-1-
FAX NO.: 0674 – 2542964
TELEPHONE NO.: 0674 – 2541801

ORISSA POWER TRANSMISSION CORPORATION LTD.


OFFICE OF THE SR. GENERAL MANAGER
CENTRAL PROCUREMENT CELL

JANAPATH, BHUBANESWAR – 751022

TENDER SPECIFICATION NO. NO. SR.G.M.-CPC –REP TRF-


O&M–74/2008-09.
CONTAINING

PART – I

SECTION – I : INSTRUCTION TO TENDERERS

SECTION – II : GENERAL TERMS AND CONDITIONS OF


CONTRACT ( G.T.C.C.) (COMMERCIAL)

SECTION – III : LIST OF ANNEXURE (COMMERCIAL)

SECTION – IV : TECHNICAL SPECIFICATION

PART – II PRICE BID.

-2-
ORISSA POWER TRANSMISSION CORPORATION LTD.
REGD. OFFICE: JANPATH, BHUBANESWAR – 751 022,
ORISSA

TENDER NOTICE NO. 36/2008-2009

For and on behalf of ORISSA POWER TRANSMISSION CORPORATION LTD., Sr. G.M. [C.P.C.] invites Tenders
from reputed manufacturers/repairers for repair of 5 Nos 20 MVA,132/33KV&132/11KV Power-Transformers
available at different Grid substations of OPTCL. The details of the transformers are available in the tender
specification. Interested firms may visit the substations to asses the quantum of work involved at their cost. Tender
papers shall be sold from dt. 24.1.2009 to 25.2.2009. Interested manufacturer/repairer may visit OPTCL’s official
website http://www.optcl .co.in for detail specification from dt.24.1.2009 on wards.

SR. GENERAL MANAGER [C.P.C.]

-3-
NOTICE INVITING TENDER
ORISSA POWER TRANSMISSION CORPORATION LTD.,
REGD. OFFICE: JANPATH, BHUBANESWAR – 751 022,
ORISSA, INDIA.
TENDER NOTICE NO. 36/2008-2009
For and on behalf of the ORISSA POWER TRANSMISSION CORPORATION LTD., the
undersigned invites bids under two-part bidding system in double-sealed cover, duly superscribed
with tender specification number and date of opening, from manufacturer/repairers as required
under the following specifications.

Sl. Tender Description of Quantity Earnest Cost of Last date of


No Specification materials. In Nos. Money Tender receipt &
No. Deposit Spec. opening of
(In Rs.) document tender
1. Sr.G.M. Repair,Transpo
CPC- REP rtation & 5Nos Rs10400/- Dt 25.2.2009
TRF-(O&M)- Supervision of 20MVA Rs4.4 (cost of Upto 1.00
PM
74/2008-09 erection,Testing Power Lakhs tender & to be
& Transfor For 20 paper opened
Commissioning mers MVA Rs10000+ at 03.30 PM
of 5 nos POWER VAT 400)
20MVA Transfor
defective mer
Power
Transformers.

The tender specification documents can be had from the office of the undersigned on payment of
non-refundable cost of tender specification documents in the shape of cash from 10A .M. to 1 P.M.
during Dt.24.1 .2009 to dt.25.2.2009 (both days inclusive) on any working day either in person or
by remitting demand draft payable to Drawing & Disbursing Officer, ORISSA POWER
TRANSMISSION CORPORATION LTD., Regd. Office: Janpath, Bhubaneswar- 751022. No
tender documents will be sold on any other day except as indicated.

The specification can also be down loaded from OPTCL’S official web site and the same
may be submitted alongwith the cost of tender document by way of demand draft/pay order payable
to D.D.O. OPTCL Ltd. Janpath, Bhubaneswar at the time of submission of tender document. In case
any deviation is found in the tender document submitted by the tenderer from the content mentioned
in our web site and/or non-submission of the cost of tender documents, the tender shall liable to be

-4-
rejected at any stage of the contract. The tenderer has to indemnify OPTCL for any loss accruing
due to such alteration in the terms and conditions of the tender document &/or for such alternation,
resulting, in the cancellation of the contract.

The intending bidders, who want to get a copy of the tender specification document by post,
are required to deposit an additional amount of Rs.100/- (Rupees one hundred) only over and above
the cost of the tender specification, mentioned against each under heading “Cost of tender
specification”. Complete bids for the above items will be received upto 1.00 P.M. only and the
same will be opened at 03.30 P.M. on the date mentioned in the notice inviting tender. Date and
time of opening of price bids shall be intimated to the techno-commercially responsive bidders
only. In the event of any specified date for the sale, submission or opening of bids being declared a
holiday for purchaser, the bids will be sold/ received/ opened upto the appointed times on the next
working day. Only one representative of each bidder will be allowed to participate in the bid
opening with valid Identification certificate. OPTCL also reserves the right to accept or reject any
or all tenders without assigning any reasons thereof, if the situation so warrants. OPTCL shall not
be responsible for any postal delay at any stage.

Minimum qualification criteria of bidders:

1. The bidder who will quote for repair of 20MVA,132/33 KV,132/11 KV Power-transformers
shall be a manufacturer/repairer of the similar or higher rating & voltage class of the
transformer which should have been in satisfactory operation for atleast last 2(two) years
prior to the date of opening of the tender.

2. The bidder who is a manufacturer/repairer & under the process of manufacturing &
supplying similar type or higher rating transformers can also offer their bids but their bid
may be considered by the purchaser only after detail scrutiny of their technical capability in
manufacturing, designing, repairing, testing of the above rated transformers as well as
performance of their manufactured/repaired transformers in Govt. Utilities.

SR. GENERAL MANAGER


CENTRAL PROCUREMENT CELL

-5-
PART – I.

SECTION – I.

INSTRUCTIONS TO TENDERERS
TABLE OF CONTENTS

Clause. Title. Page.

1. Submission of Bids. 10
2. Division of Specification. 10
3. Tenders shall be in two parts. 10
4. Opening of Bids. 10
5. Purchaser’s right regarding alteration in 11
Quantities, Tendered.
6. Procedure and opening time of tenders. 12
7. Bidder’s liberty to deviate from specification. 12
8. Eligibility for submission of bids. 12
9. Purchaser’s right to accept/reject bids. 12
10. Mode of submission of tenders. 12
11. Earnest money deposit. 13
12. Validity of the bids. 14
13. Price. 14
14. Revision of Tender Price by Bidders. 14
15. Tenderers to be fully conversant with 14
the clauses of the Specification.
16. Documents to accompany Bids. 14
17. Documents/Papers to Accompany PART – II Bid. 15
18. Conditional Offer. 15
19. General. 15

-6-
SECTION – II.
GENERAL TERMS AND CONDITIONS OF CONTRACT [G.T.C.C.]

Clause. Title. Page.


1. Scope of the contract. 17
2. Definition of terms. 17
3. Manner of execution. 18
4. Inspection and testing. 19
5. Training facilities. 20
6. Rejection of materials. 20
7. Experience of bidders. 20
8. Language and measures. 21
9. Deviation from Specification. 21
10. Right to reject/accept any tender. 22
11. Maufacturer/Repairer to inform himself fully. 22
12. Patent rights etc. 22
13. Delivery. 22
14. Despatch Instructions. 22
15. Maufacturer/Repairer’s Default Liability. 23
16. Force Majeure. 23
17. Extension of Time. 24
18. Guarantee Period. 24
19. Bank Guarantee towards Security Deposit, 24
Payment and Performance.
20. Guarantee. 25
21. Import License. 25
22. Terms of Payment. 25
23. Penalty for Delay in Completion of Contract. 26
24. Insurance. 26
25. Payment Due from the Maufacturer/Repairer. 27
26. Sales Tax clearance, Balance Sheet 27
and P/L Account.
27. Certificate of exemption from E.D/Sales Tax. 27
28. Repairer’s Responsibility. 27
29. Validity. 27
30. Basis&Weightage in evaluation & Compar. of Bids. 27
31. Minimum qualification criteria of Bidders. 28
32. Jurisdiction of High Court of Orissa. 29
33. Correspondences. 29
34. Official Address of the Parties to the Contract. 29
35. Outright rejection of Tenders. 29
36. Documents to be treated as confidential. 30
37. Scheme/Projects. 30

-7-
SECTION – III.

LIST OF ANNEXURES

A Name of Annexures Page.

Annexure-I Declaration form. 32

Annexure – II Abstract of terms and conditions to accompany Section-II of Part-I 33

Annexure-III Schedule of Quantity & Delivery 34

Annexure – IV Abstract of Price component. (to accompany part-II of the Bid.) 35

Annexure – V Schedule of prices to accompany Part – II of the bid 36

Annexure – VI Bank Guarantee for E.M.D. 37

Annexure – VII Composite Bank Guarantee for Security deposit, payment & 40
performance.
Annexure –VIII Bank Guarantee form for 100% payment. 43

Annexure –IX Chart showing particulars of E.M.D. furnishable by tenderers. 46

Annexure – X Chart showing particulars of Bank Guarantee furnishable by 47


tenderers for security deposit, payment & performance.
48
Annexure- XI Data on experience.

-8-
PART – II [ PRICE BID ]
1. PRICE. Page-49

2. Insurance. Page-49

3. Certificate for exemption from Excise duty/Sales Tax. Page-49

4. Proper Filling up of the Price Schedule. Page-49

5. Nature of Price. Page-49

SECTION – IV.

TECHNICAL SPECIFICATION.

(Page50 to 77)

-9-
COMMERCIAL SPECIFICATION.
PART-I
SECTION-I
INSTRUCTIONS TO TENDERER
1. Submission of Bids: -
Sealed tenders in triplicate on two part bid basis, each complete in all respects, in the manner
hereinafter specified are to be submitted in the office of Sr.General Manager [Central
Procurement cell], OPTCL, Bhubaneswar on or before the date and time specified against the
relevant tender Specification in the notice inviting the tenders. Each copy of the bids [Original,
duplicate and triplicate] shall be in separate double sealed envelopes, superscribed on each of the
covers, the relevant tender specification number and the due date of opening of the bids on the
right hand top side of the envelopes. On the left topsides, original/duplicate/triplicate as is
relevant, shall be written. The participants to the tender should be registered under Orissa Sales
Tax Act, 1947 as stipulated in Industrial policy-2001 of Government of Orissa.
2. Division of Specification.
The specification is mainly divided into two parts viz. Part-I & Part-II.
Part-I Consists of
[i] Section-I Instruction to Tenderers.
[ii] Section-II
(Commercial) General terms & conditions of Contract
[iii] Section-III Schedules and forms etc.
[iv] Section-IV Technical Specification.
Part-II Consists of
[i] Abstract of price components as per Annexure-IV
[ii] Schedule of prices as per Annexure-V
3. Tenders shall be in Two Parts
The Tenderers are required to submit the tenders in two parts each in separate double sealed
covers. Part-I shall be superscribed as “E.M.D”., technical and commercial and Part-II
shall be superscribed as “Price Bid”
4. Opening of Bids.

- 10 -
[a] The part-I shall be opened in the Office of the Senior General Manager [Central Procurement
Cell] in presence of such of the Tenderers or their authorized representatives [limited to one
person only] on the due date of opening of tender. After scrutiny of the technical particulars and
other commercial terms, clarifications, if required, shall be sought for from the bidders. The
Tenderers shall be allowed 15 days time for such activity.
[b] On receipt of technical clarification, the bids shall be reviewed, evaluated and those not in
conformity with the technical Specification / qualifying experience, shall be rejected. If any of
the technical proposal requires modification to make them comparable, discussion will be held
with the participating bidders.
All the responsive bidders shall be given opportunity to submit the revised technical and
revised price proposals as a follow up to the clarification (modification if any) on the technical
proposals. The qualified bidders shall be given opportunity to submit revised price proposals
within 15 days from the date of such discussion or within time frame mutually agreed,
whichever is earlier.
[c] When the revised price proposals are received, the original price proposals will be returned to
the bidders unopened along with their original technical proposals. Only the revised technical
and price proposals will be considered for bid evaluation. The price bids [Part-II] of such of the
Tenderers, whose tenders have been found to be technically and commercially acceptable,
including those supplementary revised price bids, submitted subsequently, shall be opened in the
presence of the bidder’s representative on a date and time which will be intimated to all
technically and commercially acceptable Tenderers.
[d] The bidders are required to furnish sufficient information to the Purchaser to establish their
qualification, capacity to manufacture and/or supply the materials/perform the work. Such
information shall include details of bidder’s experience, its financial, managerial and technical
capabilities.
[e] The bidders are also required to furnish details of availability of appropriate technical staff and
capability to perform after sales services. The above information shall be considered during
scrutiny and evaluation of bids and any bid which does not satisfactorily meet these
requirements, shall not be considered for price bid evaluation.
[f] The price bids of the technically and otherwise acceptable bids shall only be evaluated as per the
norms applicable in terms of this Specification.

- 11 -
5 Purchaser’s Right Regarding Alteration of Location of Commissioning:
The Purchaser may alter the location of commissioning at the time of issue of dispatch clearance
after final inspection of the Transformer. Orders may also be split among more than one tenderer
for any particular item, if considered necessary in the interest of the Purchaser to get the
goods/equipment repaired promptly.
6 Procedure and opening time of tenders.
Tenders will be opened in the office of the Senior General Manager [C.P.C.] on the specified
date and time in presence of such of the Tenderers or their authorized representatives [limited to
one person only] in case of each bidder who may desire to be present, at the time of opening the
bids. The Senior General manager [C.P.C.] or his authorized representatives will, on opening
each bid, read aloud the name of the bidder. He shall also read aloud the attested and unattested
corrections and shall record the number of such corrections on each page of the Technical Bid
over his dated initials and also initial all such corrections. The representative shall be allowed
to be present only if they produce the authorization letter on the bidder’s letter head.
7. Bidder’s Liberty to deviate from Specification.
The Tenderer may deviate from the specification while quoting, if in his opinion, such deviation
is in line with the manufacturer’s standard practice and conducive to a better and more
economical offer. All such deviations should however be clearly indicated giving full
justifications for such deviation. [Read with Clause-9, Section-II of the Specification].
8. Eligibility for submission of bids.
Only those manufacturers who have deposited the cost of tender specification are eligible to
participate in the tender. They should submit the money receipt as a proof of such payment.
Further, the tender specification can also be downloaded from OPTCL’s website and the cost of
tender specification, in such a case, shall have to be remitted alongwith the submission of tender
papers. Tenders submitted by others will be rejected. Also tender specification downloaded from
OPTCL website may not be taken as 100% correct due to website technical difficulties. So it is
advisable to purchase hard copies from the office of the Sr. General Manager (C.P.C.), OPTCL
Bhubaneswar.
9. Purchaser’s right to accept/reject bids:
The purchaser reserves the right to reject any or all the tenders without assigning any reasons
what so ever if it is in the interest of OPTCL under the existing circumstances. [Read with
clause-10, Section-II of the specification].

- 12 -
10. Mode of submission of Tenders.
[A] Tenders shall be submitted in person or by Registered Post with AD. Any other means of
delivery shall not be accepted. When delivered in person, the tenders shall be received by a
responsible officer of the office of the Senior General Manager [C.PC.], OPTCL who shall
officially acknowledge the receipt of the same. Tenders received after due date and time shall
be returned un-opened.
[B] Telegraphic or FAX tenders shall not be accepted under any circumstances.
11. Earnest money deposit:
The tender shall be accompanied by Earnest Money deposit of value specified in the notice
inviting tenders against each lot/bid.. Tenders without the required EMD as indicated at
Annexure-X will be rejected outright and their Part-II envelope will be returned to them,
unopened.
The earnest money deposit shall be furnished in one of the following forms subject to the
conditions mentioned below:
(a) Cash:- Payable to drawing & disbursing Officer, OPTCL (Hd.qrs. Office), Bhubaneswar -
751022
(b) Bank Draft: -To be drawn in favour of Drawing & Disbursing Officer, OPTCL
[H.Qrs.Office], Bhubaneswar-751 022.
(c) Bank Guarantee from any Nationalized/Scheduled Bank strictly as per enclosed proforma vide
Annexure-VI to be executed on non-judicial stamp paper worth Rs.29.00 or as applicable, as
per prevailing laws in force and also to be accompanied by the confirmation letter of the issuing
Bank Branch.
(d ) National saving certificate, duly pledged in favour of Senior General Manager [Central
Procurement Cell] OPTCL {H.Qrs.Office], Bhubaneswar-751 022.
NOTE:
(i). The validity of the EMD in the form of Bank Guarantee shall be atleast for 240 days from the
date of opening of tender failing which the tender will be liable for rejection.
(ii) No interest shall be paid on the Earnest Money Deposit.
(iii) E.M.D. in shape of cash may be submitted upto Rs. 25,000/- (Rupees Twenty-five)
Thousand)only. Above Rs. 25,000/- (Rupees Twenty-five thousand) the Earnest Money
Deposit shall be furnished in any one of the forms indicated above (i.e. Through Bank
Draft, Bank Guarantee/ National Savings Certificate).

- 13 -
(iv) No adjustment towards EMD shall be permitted against any outstanding amount with the
ORISSA POWER TRANSMISSION CORPORATION LTD..
(v) The chart showing particulars of EMD to be furnished by Tenderers is placed at Annexure-IX.
(vi) In the case of un- successful tenderer, the EMD will be refunded after the tender is decided. In
the case of successful Tenderer, this will be refunded only after furnishing of security money
referred to at clause-19 of Section-II. Suits, if any, arising out of this clause shall be filed in a
Court of law to which the jurisdiction of High Court of Orissa extends.
(vii) EMD will be forfeited if the tenderer fails to accept the letter of intent and/or purchase
order issued in his favour or to execute the order, placed on them.
(viii) Tenders not accompanied by Earnest Money shall be disqualified.
12. Validity of the Bids: -
The tenders should be kept valid for a period of 120 days from the date of opening of the tender,
failing which the tenders will be rejected.
13. PRICE: -
Tenderers are requested to quote-FIRM price only. No. deviation from ‘FIRM PRICE’ will be
entertained irrespective of deviation clause No.7 of this part of specification.
14. Revision of tender price by Bidders: -
[a] After opening of tenders and within the validity of period, no reduction or enhancement in price
will be entertained. If there is any change in price, the tender shall stand rejected and the EMD
deposited shall be forfeited.
[b] If required, the tenderers may be asked to extend the validity period of bids under the same
terms and conditions as per the original tender except for the change in delivery period. In such
an event, the Tenderers are free to change any or all conditions of their bids including price at
their own risk.
15. Tenderers to be fully conversant with the clauses of the Specification: -
Tenderers are expected to be fully conversant with the meaning of all the clauses of the
specification before submitting their tenders. In case of doubt regarding the meaning of any
clause, the tenderer may seek clarification in writing from the Senior General Manager (Central
Procurement Cell) OPTCL. This, however, does not entitle the Tenderer to ask for time beyond
due date, fixed for receipt of tender.
16. Documents to Accompany Bids.
Tenderers are required to submit tenders in the following manner:

- 14 -
Part-I of the Tender shall Contain the following documents.
[i] Declaration Form. [As per Annexure-I]
[ii] Earnest Money. [As per Annexure-IX]
[iii] Technical specification and Guaranteed Technical Particulars conforming to the Purchaser’s
Specification alongwith drawings, literatures and all other required Annexures, duly filled in.
[iv] Photostat copies of type test certificates of materials/equipments offered as stipulated in the
Technical Specification.
[v] Abstract of Terms & conditions in prescribed proforma as per Annexure-II.
[vi] General Terms & Conditions of supply offer as per Section-II of the Specification.
[vii] List of orders executed for similar materials/equipments during preceding five years indicating
the customer’s name, Purchase Order No. & Date, date of supply and date of commissioning etc.
[viii] Data on past experience as per Clause-7 of Section-II of the Specification.
[ix] Sales tax clearance certificate for the previous year. The permanent account number [PAN] of
the firm is required under Income tax Act.
[x] Balance sheet & profit loss accounts for the previous three years of the bidder duly certified by
Chartered Accountant.
[xi] Schedule of quantity and delivery in the prescribed Proforma vide Annexure-III.
[xii] List of Orders in hand to be executed.
17. Documents/Papers to accompany Part-II Bid.
(a) Part – II of the tender shall consist of the following
(i) Abstract of Price Component, as per Annexure-IV
(ii) Schedule of prices in the prescribed proforma as per Annexure-V
18. Conditional Offer
Conditional offer shall not be accepted .
19. General: -
(i) Over writing shall be avoided.
(ii) Erasures and other changes shall bear the dated initial of the person signing the tender.
(iii) In the event of discrepancy or arithmetical error in the schedule of price, the decision of the
purchaser shall be final and binding on the Tenderer.
(iv) For evaluation, the price mentioned in words shall be taken if there is any difference in figures
and words in the price bid.
(v) Notice inviting tender shall form part of this specification.

- 15 -
(vi) The price bids of the technically and otherwise acceptable bids shall only be evaluated. The
price bids of other along with EMD, if any, shall be returned to the bidders un-opened.
(vii) For repair of 20 MVA transformers , the tenderer has to submit PART-I & PART-II
of the bids separately.

(viii) It should be distinctly understood that the part-II of the bid shall contain only
details/documents relating to price, as outlined in clause-17 mentioned herein above.
Inclusion of any of the documents/information etc. shall render the bid liable for
rejection.

- 16 -
PART-I
SECTION-II
GENERAL TERMS AND CONDITIONS OF CONTRACT [G.T.C.C.]
1. Scope of the contract:
The scope of the contract shall be to design, repair, assembly, inspection & Testing , loading
& Unloading, dragging, transportation from OPTCL’.s site to repairer’s workshop &
sending back after due repairs to the OPTCL’s site (transformer plinth) , it’s supervision
during erection & commissioning as mentioned in the specification elsewhere and rendering
services in accordance with the enclosed technical specification.
2.0 Definition of terms:
For the purpose of this specification and General Terms and Conditions of contract [GTCC],
the following words shall have the meanings hereby indicated, except where otherwise
described or defined.
2.1 “The Purchaser” shall mean the Senior General Manager[Central Procurement Cell] for and
on behalf of ORISSA POWER TRANSMISSION CORPORATION LTD.,Bhubaneswar.
2.2 “The Engineer” shall mean the Engineer appointed by the Purchaser for the
purpose of this contract.
2.3 “Purchaser’s Representative” shall mean any person or persons or consulting firm
appointed and remunerated by the Purchaser to supervise, inspect, test and
examine workmanship and materials of the equipment to be supplied.
2.4 “The maufacturer/Repairer” shall mean the bidder whose bid has been accepted by the
purchaser and shall include the bidder’s executives, administrators, successors and permitted
assignees.
2.5 “Equipment” shall mean and include all machinery, apparatus, materials, and articles to be
provided under the contract by the maufacturer/Repairers.
2.6 “Contract Price” shall mean the sum named in or calculated in accordance with the provisions of
the contract as the “Contract Price” which shall include packing, forwarding, freight, insurance,
excise duty, sales tax, Entry tax and any other taxes and duties as applicable at the time of
opening of the bid.
2.7 “General Condition” shall mean these General Terms and Conditions of Contract.

- 17 -
2.8 “The Specification” shall mean both the technical as well as commercial parts of the
specification annexed to or issued with GTCC and shall include the schedules and drawings,
attached thereto as well as all samples and pattern, if any.
2.9 “Month” shall mean “Calendar month”.
2.10 “Writing” shall include any manuscript, type written, printed or other statement reproduction
in any visible form and whether under seal or under hand.
2.11 “FOR Destination costs”shall mean the cost of equipment and material at the consignee’s
store/site. The cost is inclusive of Excise duty, Sales tax and other local taxes, packing,
forwarding and insurance and freight charges.
2.12 The term “Contract document” shall mean and include GTCC, specifications, schedules,
drawings, form of tender, Notice Inviting Tender, covering letter, schedule of prices or the final
General Conditions, any special conditions, applicable to the particular contract.
2.13 Terms and conditions not herein defined shall have the same meaning as are assigned to
them in the Indian Contract Act, failing that in the Orissa General Clauses Act.
3. Manner of execution:
Loading & Unloading , dragging , transportation from OPTCL,’s site(transformer’s plinth) to
repairer’s workshop, repair , inspection & testing & sending back after due repairs to the
OPTCL’s sites (transformer’s plinth ) , it’s supervision of erection,testing & commissioning .
All equipments supplied under the contract shall be manufactured/repaired in the manner, set
out in the Specification or where not set out, to the reasonable satisfaction of the Purchaser’s
representative.
After receipt of the defective transformer at repairer’s workshop, the repairer shall
offer for initial inspection & the representative of OPTCL shall inspect & estimate to asses the
extent of repair to be executed.
After approval of estimate , OPTCL will issue the final work order basing on which
the repairer shall start the repairing work & will give the offer for stage inspection.
Representative of OPTCL will conduct the stage inspection at the work’s of the repairer & will
submit the report to SR.GM,CPC for approval. After approval of stage inspection report ,
OPTCL will issue the clearance for “ GO AHEAD’ for further repair. On completion of repair
works , the repairer shall call for final inspection & testing of repaired transformer. After
successful final inspection & testing , OPTCL will approve the test results & issue dispatch
clearance & the repairer shall send the repaired transformer to OPTCL’s desired destination.

- 18 -
The repairer shall supervise the erection,testing & commissioning of repaired transformer at
OPTCL’s desired grid sub-station.
Repair of transformer involves dismantling of cores & winding , cleaning of core
laminations , tank, tap changer , conservator , radiators, breather & all other parts fitted with the
transformer . Reassembly of core & winding with old healthy/reinsulated /rewound copper
conductor, providing new phase barriers , spacer’s & etc. Complete spray painting of
transformer externally with two coats of high glossy heat resistible gray paint & painting of
transformer tank internally with two coats of oil resisting paint.
4. Inspection and Testing:
[i] The purchaser’s representative shall be entitled at all reasonable times during dismantling &
repair to inspect, examine and test at the manufacturer/Repairer’s premises, the materials
and workmanship of all equipments to be repaired & supplied under this contract and if part
of the said equipment is being repaired in other premises, the manufacturer/Repairer shall
obtain for the purchaser’s representative permission to inspect, examine and test as if the
equipment were being repaired in the Repairer’s premises. Such inspection, examination and
testing shall not release the manufacturer/Repairer from his obligations under the contract.
[ii] The Repairer/ repairer shall give to the purchaser(owner) adequate time/notice (at least clear
15 days for inside the state manufacturer/Repairers and 20 days for outside the state
manufacturer/Repairers) in writing for inspection of materials indicating the place at which
the equipment is ready for testing and inspection and shall also furnish the shop Routine
Test Certificate, Calibration certificates of Testing instruments calibrated in Govt. approved
laboratory with authencity letter of that laboratory alongwith the offer for inspection. A
packing list alongwith the offer indicating the quantity which can be delivered in full truck
load/Mini truck load to facilitate issue of dispatch instruction shall also be furnished.
[iii] Where the contract provides for test at the Premises of the manufacturer/repairer or any of
his sub-vendors ,the manufacturer/Repairer shall provide such assistance, labour, materials,
electricity, fuel and instruments, as may be required or as may be reasonably demanded by
the Purchaser’s representative to carryout such tests efficiently. The manufacturer/Repairer
is required to produce shop routine test Certificate, calibration certificates of Testing
Instruments before offering their materials/equipment for inspection & testing. The test
house/laboratory where tests are to be carried out shall be approved by the Govt. A letter
pertaining to Govt. approved laboratory must be furnished to the purchaser alongwith the
offer for inspection.
- 19 -
[iv] After completion of the tests, the Purchaser’s representative shall forward the test results to
the Purchaser. If the test results conform to the specific standard and specification, the
Purchaser shall approve the test results and communicate the same to the
manufacturer/Repairer in writing. The manufacturer/Repairer shall provide at least five
copies of the test certificate to the Purchaser.
[v] The Purchaser has the right to have the tests carried out at his own cost by an independent
agency whenever there is dispute regarding the quality of supply.
5. Training facilities.
The manufacturer/Repairer shall provide all possible facilities for training of Purchaser’s
Technical personnel, when deputed by the Purchaser for acquiring first hand knowledge in
assembly of the equipment, its erection, commissioning and for it’s proper operation and
maintenance in service, wherein it is thought necessary by the purchaser.
6. Rejection of Materials.
In the event any of the equipments, supplied by the manufacturer is found defective due to
faulty design, bad workmanship, bad materials used or otherwise not in conformity with the
requirements of the Specification, the Purchaser shall either reject the equipment or ask the
manufacturer/Repairer in writing to rectify or replace the defective equipment free of cost to
the purchaser. The Repairer on receipt of such notification shall either rectify or replace the
defective equipment free of cost to the purchase within 15 days from the date of issue of
such notification by the purchaser. If the manufacturer/Repairer fails to do so, the Purchaser
may:-
[a] At its option replace or rectify such defective equipments and recover the extra costs so
involved from the manufacturer/Repairer plus fifteen percent and/or.
[b] Terminate the contract for balance work/supplies, with enforcement of penalty Clause as per
contract for the un-delivered goods and with forfeiture of Performance
Guarantee/Composite Bank guarantee.
[c] Acquire the defective equipment/materials at reduced price, considered equitable under the
circumstances.
7. Experience of Bidders:
The bidders should furnish information regarding experience particularly on the following
points:
[i] Name of the manufacturer/ Repairer:
ii] Standing of the firm and experience in manufacture/ Repair of equipment/material quoted:
- 20 -
[iii] Description of equipment/material similar to that quoted, manufactured/ Repaired/up rated
& supplied and installed during the last three years with the name(s) of the Organisations to
whom supplies were made wherein, at least one (1)User’s certificate shall be from a
state/central P.S.U.
[iv] Details as to where installed etc.
[v] Testing facilities at manufacturer/ Repairer’s works.
[vi] If the manufacturer/ Repairer is having collaboration with another firm [s], details regarding
the same.
[vii] A list of purchase orders/work orders of identical material/equipments offered as per
technical specification executed during the last two years alongwith users certificate.
User’s certificate shall be legible and must indicate, user’s name, address, designation,
place of use, and satisfactory performance of the equipment/materials for at least two
years from the date of commissioning; Wherein at least one (1) certificate shall be from
a State/Central or P.S.U.
Bids will not be considered if the past manufacturing experience is found to be un-
satisfactory .
8. Language and measures:
All documents pertaining to the contract including specifications, schedule, notices,
correspondence, operating and maintenance instructions., drawings or any other writing
shall be written in English language. The metric system of measurement shall be used
exclusively in this contract.
9. Deviation from specification:
It is in the interest of the tenderers to study the specification, drawing etc. specified in the
tender schedule thoroughly before tendering so that, if any deviations are made by the
Tenderers,(both commercial and Technical) the same are prominently brought out on a
separate sheet under heading “Deviations Commercial” and “ Deviations Technical”.
A list of deviation shall be enclosed with the tender. Unless deviations in scope,
technical and commercial stipulations are specifically mentioned in the list of deviations, it
shall be presumed that the tenderer has accepted all the conditions stipulated in the tender
specification not withstanding any exemptions mentioned therein.

- 21 -
10. Right to reject/accept any tender:
The purchaser reserves the right either to reject or to accept any or all tenders if the situation
so warrants in the interest of the purchaser. Orders may also be split up between different
Tenderers on individual merits of the Tenderer. The purchaser has exclusive right to alter the
quantities of materials/ equipment at the time of placing final purchase order. After placing
of the order, the purchaser may defer the delivery of the materials. Ii may be clearly
understood by the Tenderer that the purchaser need not, assign any reason for any of the
above action [s]
11. Manufacturer/Repairer to inform himself fully:
The manufacturer/Repairer shall examine the instructions to tenderers, general conditions of
contract, specification and the schedules of quantity and delivery to satisfy himself as to all
terms and conditions and circumstances affecting the contract price. He shall quote price [s]
according to his own views on these matters and understand that no additional allowances
except as otherwise provided there in will be admissible. The purchaser shall not be
responsible for any misunderstanding or incorrect information, obtained by the
manufacturer/Repairer other than the information given to the manufacturer/Repairer in
writing by the purchaser.
12. Patent rights Etc.
The manufacturer/Repairer shall indemnify the Purchaser against all claims, actions, suits
and proceedings for the infringement of any patent design or copy right protected either in
the country of origin or in India by the use of any equipment supplied by the manufacturer.
Such indemnity shall also cover any use of the equipment, other than for the purpose
indicated by or reasonably to be inferred from the specification.
13. Delivery:-
[a] Time being the essence of the contract; the equipment shall be supplied within the delivery
date specified in this specification(ANNEX-III, “Schedule of quantity& Delivery”). The
Purchaser, however, reserves the right to reschedule the delivery and change the destination if
required. The delivery period shall be reckoned from the date of placing the detailed(Final)
Work Order, as may be specified in work order.
14. Despatch instructions.
I] The materials shall be securely packed and dispatched directly to the specified site at the
manufacturer/Repairer’s risk by Road Transport only.

- 22 -
II] Loading & unloading of Ordered Materials.
It will be the sole responsibility of the manufacturer/Repairer for loading and unloading of
materials both at the factory site and at the destination site/store.
The Purchaser shall have no responsibility on this account.
15. Manufacturer/Repairer’s Default Liability.
[i] The Purchaser may, upon written notice of default to the manufacturer/Repairer, terminate
the contract in circumstances detailed hereunder.
[a] If in the judgement of the Purchaser, the manufacturer/Repairer fails to make delivery of
equipment within the time specified in the contract or within the period for which if
extension has been granted by the Purchaser in writing in response to written request of the
manufacturer/Repairer.
[b] If in the judgement of the Purchaser, the manufacturer/Repairer fails to comply with any of
the provisions of this contract.
[ii] In the event, Purchaser terminates the contract in whole or in part as provided in Clause-15
{i) of this section, the Purchaser reserves the right to purchase upon such terms and in such a
manner as he may deem appropriate in relation to the equipment/material similar to that
terminated and the manufacturer/Repairer will be liable to the Purchaser for any additional
costs for such similar equipment/material and/or for penalty for delay as defined in clause-
23 of this section until such reasonable time as may be required for the final supply of
equipment.
[iii] In the event the Purchaser does not terminate the contract as provided in clause 15(i) of this
Section, manufacturer/Repairer shall be liable to the Purchaser for penalty for delay as set
out in Clause-23 of this section until the equipment is accepted. This shall be based only on
written request of the manufacturer/Repairer and written willingness of the Purchaser.
16 Force Majeure:
The manufacturer/Repairer shall not be liable for any penalty for delay or for failure to
perform the contract for reasons of force majeure such as acts of god, acts of the public
enemy, acts of Govt., Fires, floods, epidemics, Quarantine restrictions, strikes, Freight
Embargo and provided that the manufacturer/Repairer shall within Ten (10)days from the
beginning of delay on such account notify the purchaser in writing of the cause of delay, the
purchaser shall verify the facts and grant such extension as facts justify .

- 23 -
17. Extension of time:-
If the delivery of equipment/material is delayed due to reasons beyond the control of the
manufacturer/Repairer, the manufacturer/Repairer shall without delay give notice to the
purchaser in writing of his claim for an extension of time. The purchaser on receipt of such
notice may or may not agree to extend the contract delivery date as may be reasonable but
without prejudice to other terms and conditions of the contract.
18. Guarantee period: -
[i] The stores covered by this specification shall be guaranteed against defects in design, quality
of materials used ,workmanship of the repair & satisfactory performance for a period of at
least 18 [Eighteen] months from the last date of delivery(i.e the date of receipt of repaired
transformer with all accessories at the destination sub-station) or 12 [twelve] months from
the date of commissioning whichever is earlier. Any defect noticed during this period shall
be rectified by the manufacturer/Repairer free of cost to the purchaser(OPTCL) provided
such defects are due to faulty design, bad workmanship or bad materials used, within three
months upon written notice from the purchaser , failing which provision of clause- 23(ii) of
G.T.C.C of the tender specification shall apply.
[ii] Repaired transformer failed or found defective during the guarantee period shall have to be
guaranteed after repair/replacement for a further period of 12(Twelve)months from the date
of commissioning or 18(Eighteen) months from the date of receipt at the store/site after such
repair/replacement which ever is earlier.
The above guarantee certificate shall be furnished in triplicate to the
purchaser for his approval. The Bank Guarantee is to be extended accordingly .Date of
delivery as used in this clause shall mean the date on which the materials are received at
OPTCL’S stores/site in good condition (which are released for Despatch by the purchaser
after due inspection).
19. B.G. towards security deposit, 100% payment and performance guarantee:
[i] For manufacturers situated Inside & out side the state of Orissa.
A Composite Bank Guarantee as per the Performa enclosed at Annexure-VII of the
specification for 10% [ten percent] of the total FORD cost of the purchase order, shall be
furnished from any nationalized/scheduled bank having a place of business at Bhubaneswar,
to the office of Sr.General Manager [Central Procurement Cell] OPTCL within 15 days from
the date of issue of the purchase order,. The BG shall be executed on non judicial stamp
- 24 -
paper worth of Rs.29.00 [Rupees twenty nine] only or as per the prevalent rules, valid for a
period of 2 months more than the guarantee period , for scrutiny and acceptance, failing
which the supply order will be liable for cancellation without any further written notices.
The BG should be accompanied by a confirmation letter from the concerned bank and
should be capable of being encashed at Bhubaneswar before the Bank Guarantee is accepted
and all concerned intimated.
[ii] No interest is payable on any kind of Bank Guarantee.
[iii] In case of non-fulfillment of contractual obligation, as required in the detailed purchase
order/Specification, the composite Bank guarantee shall be forfeited.
20. Annexure-X enclosed to the specification may be referred to for details regarding Security
deposit, Payment and Performance Guarantees to be furnished by various categories of
bidders.
21. Import License
In case imported materials are offered, no assistance will be given for release of Foreign
Exchange. The firm should arrange to import materials from their own quota. Equipment of
indigenous origin will be preferred.
22. (A) Terms of Payment.

(i) (a)10(Ten) percent cost of the repaired transformer shall be paid to the firm
(repairer/manufacturer)as mobilization advance after award of the final work-order for
repair of transformer & after submission of Bank Guarantee of equivalent amount by the
firm & acceptance of the same by OPTCL. However interest @ 10 % (Ten percent)(
Simple interest) on the above 10% advance will be charged & levied from the
firm(repairer/manufacturer) during settlement of the firm’s bill against 80%(eighty
percent)payment towards cost of the repaired transformer.
(b)80 % (Eighty percent) cost of the repaired transformer alongwith transportation,
loading ,unloading & handling charges in full ,taxes & duties if any will be paid after
receipt of the repaired transformer at OPTCL site in good condition and verification
thereof, & against approval of Composite Bank Guarantee , test certificate & guarantee
certificate.
(C)Balance 10%(Ten percent) payment shall be paid after three months of successful
commissioning of the repaired transformer.

- 25 -
22. [B] The manufacturer/Repairer shall furnish Composite Bank Guarantee of appropriate
amount to OPTCL covering 10% of F.O.R. Destination cost of the work order well in
advance ,within 15 days from the date of issue of the work order.
23. Penalty for Delay in Completion of Contract
I) If the Repairer fails to deliver the materials/equipments within the delivery schedule,
specified in the contract including delivery time extension, if any, granted thereto, the Purchaser
shall recover from the Repairer, penalty for a sum of half percent (0.5 percent) of the Ex-works
price of the un-delivered equipment for each calendar week of delay or part thereof. For this
purpose, the date of receipted challan shall be reckoned as the date of delivery. The total amount
of penalty shall not exceed five percent (5%) of the ex-works price of the unit or units so
delayed. Equipment will be deemed to have been delivered only when all its components and
accessories as per technical Specification are also delivered. If certain components &
accessories are not delivered in time, the equipment will be considered delayed until such time
as the missing parts are delivered.
II) If the Repairer fails to rectify /replace the equipment/material within three months
from the date of intimation of the defect so noticed by the purchaser within the guarantee period
then the penalty for sum of one half of the one percent (0.5%) of the total work order amount for
each calendar week of delay shall be recovered by the purchaser within the guarantee period.
For this purpose, penalty date will be started from the 90th. day from the date of issue of letter
on defectiveness of equipment/material so supplied, by the purchaser. The total amount of
penalty in this case shall not exceed 10% (TEN PERCENT) of the work order amount.
The work order amount shall mean ex-works price + freight & insurance and all taxes &
duties.
If the defects so intimated will not be rectified by the Repairer within the guarantee period,
then whole of the B.G. will be forfeited by the purchaser, without any intimation to the
Repairer.
24. Insurance
The Manufacturer/Repairer shall undertake insurance of stores covered by this Specification
unless otherwise stated. The responsibility of delivery of the stores at destination in good
condition rests with the Manufacturer/Repairer. Any claim with the Insurance Company or
transport agency arising due to loss or damage in transit has to be settled by the
manufacturer/Repairer. The Manufacturer/Repairer shall undertake free replacement of
- 26 -
materials damaged or lost, which will be reported by the consignee within 30 days of receipt
of the materials at destination without awaiting for the settlement of their claims with the
carriers and underwriters.
25. Payment Due from the Manufacturer/Repairer. All costs and damages, for which the
manufacturer/Repairer is liable to the purchaser, will be deducted by the purchaser from any money,
due to the manufacturer/Repairer under any of the contract (s) executed with OPTCL.
26. Sales Tax clearance certificate and Balance sheet and profit & Loss Account:
i. Sales Tax clearance certificate for the previous year shall be enclosed with the tender.
ii. Balance Sheet and Profit & Loss Account of the bidder duly certified by a Chartered
Accountant in complete shape for the previous three years shall be enclosed to assess the
financial soundness of the bidders.
27. Certificate of Exemption from Excise Duty/Sales tax.
Offers with exemption from Excise duty including sales tax shall be accompanied with
authenticated proof of such exemption. Authenticated proof for this clause shall mean
attested Photostat copy of exemption certificate. Any claim towards Excise duty/ Sales Tax
shall be paid on actual basis subject to production of authenticated documentary evidence.
28. Repairer’s Responsibility.
Not withstanding anything mentioned in the Specification or subsequent approval or
acceptance by the Purchaser, the ultimate responsibility for design, manufacture, materials
used and satisfactory performance shall rest with the Tenderers. The Repairer(s) shall be
responsible for any discrepancy noticed in the documents, submitted by them alongwith the
bid(s)
29. Validity
Prices and conditions contained in the offer should be kept valid for a minimum period of
120 days from the date of opening of the tender, failing which the tender shall be rejected.
30. Basis of Evaluation: (i) Evaluation of bids will be on the basis of the FOR
DESTINATION PRICE (By Road Transport) including Excise Duty, sales Tax & other levies as
may be applicable. The FORD PRICE shall consist on the following components
a. Ex-works price.
b. Packing & Forwarding charges.
c. Freight
d. Insurance.
e. Excise Duty.
f. Sales Tax/VAT.
g. Other levies.
- 27 -
h. Mandatory spares and maintenance of equipment.(In case of equipment
tender).
i. Supervision charges, Testing charges, Training charges if any. Also loading
factors will be taken into account during evaluation if the prices of some of
the items not quoted.
(ii) Weightage shall be given to the Following factors in the Evaluation & Comparison of
Bids.
[a] Early delivery.
[b] Past track record in delivery of similar items to OPTCL.
[c] Track record in manufacture,repair & supply of similar items to utilities other than OPTCL.
[d] Deviation in the bid vis-à-vis in the stipulation in the Bid Specification both in Technical
and commercial except price which shall be quoted as ‘FIRM’.
[e] In comparing bids and in making awards, the Purchaser will consider other factors such as
compliance with Specification, minimum qualification criteria as per clause-31, outright
rejection of tenders clause-35 of this tender, relative quality, adaptability of Supplies or
services, experience, financial soundness, record of integrity in dealings, performance of
materials/equipments earlier supplied, ability to furnish repairs and maintenance services,
the time of delivery, capability to perform including available facilities such as adequate
shops, plants, equipment and technical organisation.
31. Minimum Qualification Criteria of Bidders.
All the prospective bidders are requested to note that their bids can only be considered for
evaluation as per the followings:
i) a)The bidder who will quote for repair of 20MVA,132/33KV,132/11KV Power-
transformer shall be a manufacturer/repairer of the similar or higher rating & voltage class
of the transformer which should have been in satisfactory operation for atleast last 2(two)
years prior to the date of opening of the tender.

( b) The bidder who is a manufacturer/repairer & under the process of manufacturing &
supplying similar type or higher rating transformers can also offer their bids but their bid
may be considered by the purchaser only after detail scrutiny of their technical capability in
manufacturing, designing, repairing, testing of the above rated transformers as well as
performance of their manufactured/repaired transformers in Govt. Utilities.

- 28 -
ii) To conduct tests for repair transformer, the bidder/manufacturer shall have adequate
facilities in his works or shall arrange such tests in other Govt. recognized
laboratories/institutions. The bidder shall indicate clearly where he proposes to conduct
tests for the products offered by them. The bid shall include complete details of testing
facilities available at the manufacturer/repairer’s work with details of
equipment/instrument range, make, accuracy class, voltage class current rating available
for testing of the equipments/materials, with details of calibration of the equipments,
authenticity of the test house.
iii) Documents in support of the above claim (from item i to ii) must be furnished alongwith
the bid.
iv) Not withstanding anything stated above, the purchaser reserves the right to assess
Bidder’s capability & capacity to perform the contract, should circumstances warrant
such an assessment in the overall interest of the purchaser.
Bids not fulfilling these criteria are liable for rejection.
32. Jurisdiction of the High Court of Orissa.
Suits, if any, arising out of this contract shall be filed by either Party in a court of Law to
which the jurisdiction of High court of Orissa extends.
33. Correspondences.
i) Any notice to the manufacturer/Repairer under the terms of the contract shall be served by
Registered Post or by hand at the Manufacturer/Repairer’s Principal Place of Business.
ii) Any notice to the Purchaser shall be served at the Purchaser’s Principal Office in the same
manner.
34. Official Address of the Parties to the Contract
The address of the parties to the contract shall be specified:-
[i] Purchaser: Senior General Manager(CPC) OPTCL
Bhubaneswar-751022 (Orissa)
Telephone No. 0674 - 2541801
FAX No. 0674 - 2542964
[ii] Manufacturer/Repairer: Address
Telephone No.
Fax No.
35. Outright Rejection of Tenders
Tenders shall be outrightly rejected if the followings are not complied with:-
- 29 -
[i] The Tenderer should have purchased/obtained the Bid specification document from the
office of the Purchaser or downloaded the same from website of OPTCL, but shall deposit
the tender cost, while submitting the tender.
[ii] The Tender shall be submitted in person or by Registered Post with A.D.
[iii] The Tender shall not be submitted telegraphically or by FAX.
[iv] The Tender shall be accompanied by the prescribed Earnest Money deposit .
[v] The Tender shall be kept valid for a minimum period of 120 days from the date of opening
of tender.
[vi] The Tender shall be submitted in two parts as specified.
[vii] The Tenders shall be accompanied by a list of major supplies effected prior to the date
of opening of tender. Data of at least 2 (two) years shall be furnished.
[viii] Tender shall be accompanied by Photostat copy of latest type test certificates
(Temperature rise tests )& routine test Certificates for the tests carried out on
prototype materials or equipment being offered (new or repaired transformer). Such
type test should have been conducted in a Govt. approved laboratory/ CPRI/
manufacturer/repairer’s factory in presence of any Govt. or Public Sector
Organisation’s representatives within the last 5 years prior to the date of opening of
this tender.
[ix] The schedule of prices should be filled up fully to indicate the break-up of the prices
including taxes and duties. Incomplete submission of this schedule will make the tender
liable for rejection. Vide Clause-5(ii) of Part-II(Price Bid).
[x] The Tenderer should quote FIRM price only and the price should be kept valid for a
minimum period of 120 days from the date of opening of the tender.
(xi) Tender shall be accompanied by legibly written user’s certificate to prove the satisfactory
operation of the offered equipments/materials for a minimum period of 2 years from the date
of commissioning/use as per the tender specification. User’s certificate shall include the
detailed address of the user with Equipment/Material Name and type as per our
specification, number of years of satisfactory use/operation & date of issue of this user’s
certificate with official seal written in English only & clearly visible must be furnished. At
least one of the user’s certificates shall be from state or Central Govt. or their
Undertakings.
(xii) Guaranteed Technical particulars & Abstract of terms and Conditions should be filled in
fully.
- 30 -
36. Documents to be treated as confidential.
The manufacturer/Repairer shall treat the details of the specification and other tender documents
as private and confidential and these shall not be reproduced without written authorization from
the Purchaser.
37. Scheme/Projects The materials/equipment covered in this specification shall come under
“O&M Works.”.

- 31 -
SECTION – III
[LIST OF ANNEXURES]
The following schedules and proformas are annexed to this specification and contained in
Section-III as referred to in the relevant clauses.

1 Declaration form ANNEXURE-I


2 Abstract of terms and conditions to accompany Part-I of ANNEXURE-II
the Bid.
3 Schedule of Quantity and Delivery ANNEXURE-III
4 Abstract of price component [to accompany Part-II Price ANNEXURE-IV
Bid]
5 Schedule of prices to accompany Part-II Price Bid. ANNEXURE-V
6 Bank Guarantee form for earnest money deposit ANNEXURE-VI
7 Composite Bank Guarantee form for security deposit, ANNEXURE-VII
payment and performance
8 Bank Guarantee form for 100% Payment. ANNEXURE-VIII
9. Chart showing particulars of E.M.D. applicable for ANNEXURE – IX
tenders .
10. Chart showing particulars of Bank Guarantee, furnishable ANNEXURE – X
by tenderers for security deposit, payment and
performance.
11. Data on Experience. ANNEXURE – XI

- 32 -
ANNEXURE - I
DECLARATION FORM
To

Sir,

1. Having examined the above specification together with tender conditions referred to therein
I/We the undersigned hereby offer to supply the materials/equipments covered therein
complete in all respects as per the specification and General conditions, at the rates, entered
in the attached contract schedule of prices in the Tender.

2. I/We hereby undertake to have the materials/equipments delivered within the time specified
in the Tender.

3. I/We hereby guarantee the technical particulars given in the Tender supported with
necessary reports from concerned authorities.

4. I/We certify to have purchased/ downloaded a copy of the specification by remitting


cash/money order/D.D./ remitting the cost of tender, herewith and this has been
acknowledged by your letter/ money receipt No. Dated,

5. In the event of purchase order, being decided in my/our favour, I/We agree to furnish the
Composite B.G. in the manner, acceptable to ORISSA POWER TRANSMISSION
CORPORATION LTD., and for the sum as applicable to me/us as per clause-19 of section-
II of this specification with in 15 days of issue of letter of intent/purchase order failing
which I/We clearly understand that the said letter of Intent/Purchase order will be liable to
be with drawn by the purchaser.

Signed this day of `2009

Yours faithfully

Signature of the Tenderer with seal of the company

[This form should be dully filled up by the tenderer and submitted along with the original copy of
the tender]

*(Strike out which is not applicable)

- 33 -
ANNEXURE-II
ABSTRACT OF GENERAL TERMS AND CONDITIONS OF CONTRACT
[COMMERCIAL] TO ACCOMPANY PART-I

1 (a) OPTCL Money Receipt No. & Date towards purchase of Tender.
(b) Earnest money furnished.
(A) Bank Guarantee, (B) Bank Draft.
2 Manufacturer’s supply experience including user’s certificate Yes/No
furnished or not.[As per clause No.7 of Section-II.]
3 Deviations to the specification if any[list enclosed or not]
[As per clause-9 of the Section-II]
(a) Commercial Yes/No
(b) Technical. Yes/No
4 Delivery
[a] Date of commencement
[b]Rate of delivery per month
5 Guarantee:- Whether agreeable to OPTCL’s terms. Yes/No
[As per clause-18 of Section-II]
6 Whether agreeable to furnish Composite B.G. in case his tender be Yes/No
successful [As per clause-19 of Section-II]
7. Terms of payment:- Whether agreeable to OPTCL’s terms or not Yes/No.
[As per clause-22 of Section-II]
8. Nature of price:- Firm Yes/No
9. Penalty:- Whether agreeable to OPTCL’s terms or not (As per Yes/No
clause-23 of Section-II)
10. Whether ITCC/STCC/ P&L A/C, Balance Sheet for the required Yes/No
period are furnished as per clause-26 of Section-II
11. Validity: - Whether agreeable to OPTCL’s terms or not Yes/No
[As per clause-29 of Section-II
12. Whether recent type test certificates from any Government approved Yes/No
laboratory is furnished or not. [As per clause-35[viii] of section-II]
13. Whether guaranteed technical particulars are furnished or not Yes/No
14. Whether dimensional design/drawings furnished or not Yes/No
15. Whether materials are ISI/ISO marked. Yes/No
16. Manufacturer’s name and it’s trademark. Yes/No
17. Whether registered under Orissa Sales Tax Act. 1947 Yes/No
18. Whether declaration form duly filled in furnished or not. Yes/No.
Place: -
Date: -
Signature of the Tenderer
with seal of the company

- 34 -
ANNEXURE-III
SCHEDULE OF QUANTITY AND DELIVERY
(To be filled up by the tenderer)

SL Description of materials Quantity Desired Delivery Destination Remarks


No required .
1 2 3 4 5 6
Repair of 20MVA 5numbers Within4(four) Any where in the
1 132/33KV, 132/11 KV months from the state of ORISSA.
defective Transformers. placement of
final work
order(after joint
initial inspection
at the factory &
verification of the
estimate at
Sr.GM,CPC’s
Office)issued by
the Sr.GM,CPC

Place:

Date:

Signature of Tenderer
with seal of Company

- 35 -
ANNEXURE-IV
ABSTRACT OF PRICE COMPONENT [TO ACCOMPANY PRICE BID]

1 F.O.R. Purchaser’s
Price basis destination Stores/site.

2 Packing & forwarding

3 Rate of Insurance charges

4 Rate of Freight charges

5 Rate of excise duty

6 Rate of sales Tax

7 Rate of other taxes/levies /duties etc.

8 Rate of entry tax.

FIRM for four months


9 Nature of price. from the date of
opening of tender.

Place
Date: Signature of Tenderer
With seal of company
NB:- Abstract of price component shall be done for equipment/material offered, for testing
charges if any, for mandatory spares & maintenance equipment (as indicated in the technical
specification) for supervisory charges (in case of equipments) for taking man
days/transformer. All the above prices will be taken during bid price evaluation.

- 36 -
ANNEXURE-V
(Refer Schedule-A “Scope of repair & Schedule of Price” of section IV
“ Technical Specification”)
SCHEDULE OF PRICES
TENDER SPECIFICATION NO.
Item Description. Qty. Unit Unit Unit Unit Unit landing cost at
No. Ex- Packing & Freight Insurance destination store/site
factory Forwarding. Charges. Charges. excluding ST,ED &
Price. Octroi.
1. 2. 3. 4. 5. 6. 7. 8.

Unit Unit Unit Entry Unit landing Cost including All Total landing cost
E.D. S.T/VAT. Tax. taxes & Duties. Including all taxes &
duties.
9. 10. 11. 12= (8+9+10+11) 13= (3X12)

Signature of Tenderer
Name, Designation and Seal
NB: -
1. The tenderer should fill up the schedule of Price properly and in full. The tender will be
rejected, if the schedule of price is submitted in incomplete form. No post tender
correspondence will be entertained on break-up of prices. Also, the maufacturer/Repairer
should agree for delivery at sub-station site.
2. In case, where F&I components are not specifically indicated in this schedule, 5% of the ex-
works price shall be taken towards F&I components for the purpose of comparison of price.
3. The Tenderer shall certify in the price bid that MODVAT benefit, if any, has been fully
passed on to the purchaser while quoting the tender price.
4. Conditional offers will not be acceptable.

5. The bidder is to clearly indicate the period up to which the tax holidays are available to
them.
6. Price bid in any other format will not be acceptable and the offer will be rejected.
7. Test charges (Routine&typetest) if any, mandatory spares, maintenance equipment
charges if any, supervisory charges ( in case of equipment tender, indicate no. of Man
days required for supervision of erection & commissioning per equipment with
supervision charges per day),training charges for training to OPTCL personel if any,
shall be indicated separately, row-wise & with all taxes & duties (if Any).
8. All the above charges will be taken into account, during bid price evaluation.

- 37 -
ANNEXURE-VI
PROFORMA FOR BANK GUARANTEE FORM FOR EARNEST MONEY
DEPOSIT
Ref Date Bank Guarantee No:
1 In accordance with invitation to Bid No. Dated of ORISSA POWER
TRANSMISSION CORPORATION LTD. [OPTCL][herein after referred to as the OPTCL
for the purchase of ___________________________________________
Messers____________________________________________________________
Address___________________________________________________________________
___________________________________________________________wish/wished to
participate in the said tender and as a Bank Guarantee for the sum of
Rs.______________[Rupees________________________________________
Valid for a period of 240 days [Two hundred forty days] is required to be submitted by the
Tenderer. We the
__________________________________________________________________
[Indicate the Name of the Bank]
[Hereinafter referred to as ‘the Bank’] at the request of M/S
__________________________________________________________________
[Herein after referred to as manufacturer/Repairer (s)] do hereby unequivocally and
unconditionally guarantee and undertake to pay during the above said period, on written
request by the Sr. General Manager [Procurement] ORISSA POWER TRANSMISSION
CORPORATION LTD._______________________________________________
[Indicate designation of the purchaser]
an amount not exceeding Rs._________________to the OPTCL, without any reservation.
The guarantee would remain valid up to 4.00 PM of ___________________
[date] and if any further extension to this is required, the same will be extended on receiving
instructions from the_______________________________________ on whose
behalf this guarantee has been issued.
2. We the _____________________________________do hereby, further undertake
[Indicate the name of the bank]
to pay the amounts due and payable under this guarantee without any demur, merely on a
demand from the OPTCL stating that the amount claimed is due by way of loss or damage

- 38 -
caused to or would be caused to or suffered by the OPTCL by reason of any breach by the
said manufacturer/Repairer [s] of any of the terms or conditions or failure to perform the
said Bid . Any such demand made on the Bank shall be conclusive as regards the amount
due and payable by the Bank under this guarantee. However, our liability under this
guarantee shall be restricted to an amount not exceeding
Rs._____________________________________________
3. We undertake to pay the OPTCL any money so demanded not withstanding any dispute or
disputes so raised by the Repairer [s] in any suit or proceeding instituted/pending before any
Court or Tribunal relating thereto, our liability under this present being absolute and
unequivocal. The payment so made by us under this bond shall be a valid discharge of our
liability for payment there under and the manufacturer/Repairer(s) shall have no claim
against us for making such payment.
4. We, the______________________________________further agree that the guarantee
[Indicate the Name of the Bank]
herein contained shall remain in full force and effect during the aforesaid period of 240 days
[two hundred forty days] and it shall continue to be so enforceable till all the dues of the
OPTCL under or by virtue of the said Bid have been fully paid and its claims satisfied or
discharged or till Chairman-Cum-Managing Director, ORISSA POWER TRANSMISSION
CORPORATION LTD. certifies that the terms and conditions of the said Bid have been
fully and properly carried out by the said Manufacturer/Repairer [s] and accordingly
discharges this guarantee. Unless a demand or claim under this guarantee is made on us in
writing on or before the _________________
we shall be discharged from all liability under this guarantee thereafter.
5. We, the _______________________________further agree with the OPTCL that
[Indicate the name of the Bank]
the OPTCL shall have the fullest liberty without our consent and without affecting in any
manner our obligations hereunder to vary any of the terms and conditions of the said Bid or
to extend time of performance by the said Manufacturer/Repairer [s] from time to time or to
postpone for any time or from time to time any of the powers exercisable by the OPTCL
against the said manufacturer/Repairer [s] and to forbear or enforce any of the terms and
conditions relating to the said bid and we shall not be relieved from our liability by reason of
any such variation, postponement or extension being granted to the said
Manufacturer/Repairer [s] or for any forbearance act or omission on the part of the OPTCL
- 39 -
or any indulgence by the OPTCL to the said Manufacturer/Repairer[s] or by any such matter
or thing whatsoever which under the law relating to sureties would, but for this provision,
have affect of so relieving us.
6. This guarantee will not be discharged due to the change in the name, style and constitution
of the Bank or the manufacturer/Repairer [s].
7. We,____________________________________lastly undertake not revoke this
[Indicate the name of the Bank]
Guarantee during its currency except with the previous consent of the OPTCL in
writing.
8. We the _________________________________ Bank further agree that this guarantee shall
also be invokable at our place of business at Bhubaneswar in the state of Orissa.

Dated ________________________ Day of _________________________

Witness ((Signature, names & address)

1.

For___________________________________________
[Indicate the name of Bank]

- 40 -
ANNEXURE-VII
PROFORMA FOR COMPOSITE BANK GUARANTEE FOR SECURITY DEPOSIT
PAYMENT AND PERFORMANCE

This Guarantee Bond is executed this________________________day


of_______________ 2008 by us the _______________________________________Bank
at _____________________
P.O.____________________________P.S.________________________________
District_________________________State_______________________________
1. WHEREAS the ORISSA POWER TRANSMISSION CORPORATION LTD., a body
corporate constituted under the Electricity [supply] Act1948 [hereinafter called “the
OPTCL” has placed orders No. _______________Date ______________[hereinafter called
“The Agreement”] on M/s.______________________________________
[hereinafter called “The Manufacturer/Repairer”] for supply of materials.
AND WHERE AS the manufacturer/Repairer has agreed to supply materials to the
OPTCL in terms of the said agreement AND
WHEREAS the OPTCL has agreed [1] to exempt the manufacturer/Repairer from
making payment of Security [2] to release 100% payment of the cost of materials as per the
said agreement and [3] to exempt from performance guarantee on furnishing by the
Manufacturer/Repairer to the OPTCL, a Composite bank Guarantee of the value of 10 %
[ten percent]/7.5%[seven and half percent] of the contract price of the said agreement.
NOW THEREFORE, in consideration of the OPTCL having agreed [1] to exempt
the Manufacturer/Repairer from making payment of Security [2] releasing 100% payment to
the Manufacturer/Repairer and [3] to exempt from furnishing performance guarantee in
terms of the said agreement as aforesaid, we, the ________________________________
[Bank][hereinafter referred to as ‘the Bank’] do hereby undertake to pay to the OPTCL an
amount not exceeding Rs._____________
[Rupees_____________________________against any loss or damage caused to or suffered
by or would be caused to or suffered by the OPTCL by reason of any breach by the said
Maufacturer/Repairer [s] of any of the terms or conditions contained, in the said agreement.
2. We the (______________________________________Bank) do hereby undertake to pay
the amounts due and payable under this guarantee without any demur, merely on demand
from the OPTCL stating that the amount claimed is due by way of loss or damage caused to

- 41 -
or suffered by the OPTCL by reason of any breach by the said Manufacturer/Repairer [s] of
any of the terms or conditions, contained in the said agreement or by reason of the
manufacturer/Repairer’s failure to perform the said agreement. Any such demand made on
the bank shall be conclusive as regards the amount due and payable by the Bank under this
guarantee. However, our liability under this guarantee shall be restricted to an amount not
exceeding Rs.__________________
[Rupees____________________________________________________________
3. We the_____________________________ Bank} also undertake to pay to the OPTCL any
money so demanded not withstanding any dispute or disputes raised by the
manufacturer/Repairer [s] in any suit or proceeding instituted/pending before any Court or
Tribunal relating thereto our liability under this present being absolute and unequivocal.
The payment so made by us under this bond shall be a valid discharge of our liability
for payment there under and the Manufacturer/Repairer [s] shall have no claim against us for
making such payment.
4 We, (_____________________________________Bank) further agree that the guarantee
herein contained shall remain in full force and effect during the period that would be taken
for the performance of the said agreement and that it shall continue to do so enforceable till
all the dues of the OPTCL under or by virtue of the said agreement have been fully paid and
its claims satisfied or discharged or till Managing Director, ORISSA POWER
TRANSMISSION CORPORATION LTD. certifies that the terms and conditions of the said
agreement have been fully and properly carried out by the said Manufacturer/Repairer [s]
and accordingly discharges this Guarantee.
Unless a demand or claim under this guarantee is made on us in writing on or before
the [Date________________], we shall be discharged from all liability under this guarantee
thereafter.
5. We,(_____________________________Bank) further agree that the OPTCL shall have the
fullest liberty without our consent and without affecting in any manner our obligations
hereunder to vary any of the terms and conditions of the said agreement or to extend time of
performance by the said Manufacturer/Repairer [s] and we shall not be relieved from our
liability by reason of any such variations or extension being granted to the said
manufacturer/Repairer [s] or for any forbearance, act or omission on the part of the OPTCL
or any indulgence by the OPTCL to the said Manufacturer/Repairer [s] or by any such

- 42 -
matter or thing whatsoever which under the law relating to sureties would but these
provisions have effect of so relieving us.
6. This guarantee will not be discharged due to the change in the name , style and constitution
of the Bank and manufacturer/Repairer [s].
7. We,[________________________Bank] lastly undertake not to revoke this guarantee
during its currency except with the previous consent of the OPTCL in writing.
Date at ___________the, _______________day of _____________________Two thousand
______________
For _____________________________________
[Indicate the name of the bank]

8. We the _________________________________ Bank further agree that this guarantee shall


also be invokable at our place of business at Bhubaneswar in the state of Orissa.

Witness (Name, Signature & Address)

1.

2.

For___________________________________________
[Indicate the name of Bank]

- 43 -
A N N E X U R E –VIII.
PROFORMA FOR BANK GUARANTEE FOR 100% PAYMENT.

1. In consideration of the Chairman-cum-Managing Director, GRID CORPORATION OF


ORISSA LTD (hereinafter called ‘The OPTCL’) having agreed to allow M/s.
______________________________________ (hereinafter called the ‘said Repairer(s),
100% payment on proof of verification of the materials delivered under the terms and
conditions of an agreement No._____________ Dated____________ made between GRID
CORPORATION OF ORISSA LTD., Bhubaneswar and M/s. _____________
____________________ for supply of materials (as detailed in the said agreement) and for
the due fulfillment by the said Repairer(s) of the terms and conditions contained in the said
agreement, on production of a Bank Guarantee for Rs.____________ (Rupees)
____________________________ _________________. We (the
______________________________________ _____________________ Bank)
(hereinafter referred to as ‘the Bank’) do hereby undertake to pay to the OPTCL an amount
not exceeding Rs._____________ (Rupees ___________________________________)
against any loss or damage caused to or suffered by or would be caused to or suffered by the
OPTCL by reasons of any breach by the said Repairer(s) of any of the terms and conditions
contained in the said agreement.
2. We (the __________________________ Bank) do hereby under take to pay the amounts
due and payable under this guarantee without any demur, merely on a demand from the
OPTCL stating that the amount claimed is due by way of loss or damage caused to or
suffered by the OPTCL by reasons of any breach by the said Repairer(s) of any of the terms
or conditions contained in the said agreement or by reason of the Repairer(s) failure to
perform the said agreement. Any such demand made on the Bank shall be conclusive as
regards the amount due and payable by the Bank under this guarantee. However, our
liability under this guarantee shall be restricted to an amount not exceeding Rs._________
(Rupees _________________________________).
3. We the _________________________________ Bank also undertake to pay to the
OPTCL any money so demanded not withstanding any dispute or disputes raised by the
Repairer(s)/Manufacturer/Repairers(s) in any suit or proceeding instituted/pending before

- 44 -
any Court or Tribunal relating thereto, our liability under this present being absolute and
unequivocal.
The payment so made by us under this bond shall be a valid discharge of our liability for
payment there under and the Repairer(s) shall have no claim against us for making such
payment.
4. We, (_________________________________ Bank) further agree that the Guarantee herein
contained shall remain in full force and effect during the period that would be taken for the
performance of the said agreement and that it shall continue to be so enforceable till all the
dues of the OPTCL under or by virtue of the said agreement have been fully paid and its
claims satisfied or discharged or till Chairman-cum-Managing Director, GRID
CORPORATION OF ORISSA LTD. Certificates that the terms & conditions of the said
agreement have been fully and properly carried out by the said Repairer(s) and accordingly
discharges this guarantee.

Unless a demand or claim under this guarantee is made on us in writing on or before


the (Date ____________) we shall be discharged from all liability under this guarantee
thereafter.

5. We the ______________________________ Bank Limited further agree with the


OPTCL that the OPTCL shall have the fullest liberty without our consent and without
affecting in any manner our obligations hereunder to vary any of the terms and conditions of
the said agreement or to extend time of performance by the said Repairer(s) and to forbear
or enforce any of the terms and conditions relating to the said agreement and we shall not be
relieved from our liability by reasons of any such variation, postponement, or extension
being granted to the said Repairer(s) or by any such matter or thing what so ever which
under the law relating to sureties would but for this provision have effect of so relieving us.
1. This guarantee will not be discharged due to the change in the name, style and constitution
of the Bank or the Repairer(s)/Manufacturer/Repairer(s).
7. This guarantee will not be discharged due to the change in the name, style & constitution of
the Bank or the Repairers/manufacturer/Repairers.
8. We, (___________________________________ Bank) lastly undertake not to revoke this
guarantee during its currency except with previous consent of the OPTCL in writing.
This performance Bank Guarantee will remain in force up to _________________

- 45 -
9. We the _________________________________ Bank further agree that this guarantee shall
also be invokable at our place of business at Bhubaneswar in the state of Orissa.

Date at ______________ the ________________ Day of _________________


____________________________ Two thousand _________________________

Witness with signature, names & address:

1.

2.

For ____________________________ Bank Limited.


(Indicate the name of the Bank)

- 46 -
ANNEXURE-IX
CHART SHOWING PARTICULARS OF EARNEST MONEY DEPOSIT FURNISHABLE
BY TENDERERS
The amount of EMD as
All the inside & outside state units. specified in the
1.
specification/Tender
Notice in shape of Bank
Guarantee or Cash/DD.

NB: - REFUND OF E.M.D.


[a] In case of unsuccessful tenderers, the EMD will be refunded immediately after the tender is
decided. In case of successful tenderer, this will be refunded only after furnishing of
Composite Bank Guarantee referred to in clause No.19 of Section-II of this specification.
Suits, if any, arising out of EMD shall be filed in a court of law to which the jurisdiction of
High Court of Orissa extends.
[b] Earnest Money will be forfeited if the tenderer fails to accept the letter of intent/purchase
order, issued in his favour or revises the bid price[ s] within the validity period of Bid.

- 47 -
ANNEXURE-X
CHART SHOWING PARTICULARS OF GUARANTEES FURNISHABLE BY THE
TENDERERS TOWARDS SECURITY DEPOSIT, PAYMENT AND PERFORMANCE
GUARANTEE.
Sl. Category of tenderers Security deposit Payment Performance Remarks
No.
1. Inside & Outside State 10% Composite Bank
Units having Permanent Guarantee which
Registration with covers security Deposit,
N.S.I.C/D.G.S &D Payment &
under their single point Performance
registration scheme to Guarantee.
manufacture
Equipments/Materials/
Products covered in the
specification.
2. Outside State Units 10% Composite Bank
those which are having Guarantee which
Permanent Registration covers security Deposit,
with OPTCL (Against Payment &
furnishing of Annual Performance
Bank Guarantee.) Guarantee.
3. All other Units who are 10% Composite Bank
not covered in the above guaranteed which
list. covers security
deposits, Payment &
Performance
Guarantee.

N.B. Bank guarantee, requiring extension of Validity period/Amendments if any, should be executed on
non-judicial stamp paper worth Rs.29/-(Rupees twenty nine) only or as applicable as per prevailing
laws and shall be accompanied with confirmation letter of the issuing Bank.

- 48 -
ANNEXURE-XI
DATA ON EXPERIENCE
[a] Name of the manufacturer.
[b] Standing of the firm as manufacturer of equipment/material quoted.
[c] Description of equipment/material similar to that quoted [supplied and installed during the
last five years with the name of the organizations to whom supply was made].
[d] Details as to where installed etc.
[e] Testing facilities at manufacturer’s works.
[f] If the manufacturer is having collaboration with another firm, details regarding the same and
present status.
[g] A list of purchase orders, executed during last five years.
[h] A list of similar equipments/material Designed, manufactured, tested and commissioned
which are in successful operation for at least five years from the date of commissioning with
user’s certificate. User’s full complete postal/FAX/Phone address must be indicated. (Refer
clause No. 7 of the Part-I, section-II of the specification).

Place:
Date:
Signature of tenderer
Name, Designation, Seal

- 49 -
PART – II
PRICE BID
1. PRICE:
(i) Bidders are required to quote their price(s) for goods offered indicating they are FIRM.

(ii) The prices quoted shall be FOR Destination only at the consignee’s site/store inclusive of
packing forwarding, Freight & Insurance. In addition, the break-up of FOR Destination price
shall be given as per schedule of Prices in Annexure-V of Section – III. The Tenderer has to
certify in the price bid that MODVAT benefit if any, has been fully passed on to the
Purchaser, while quoting the tender prices.

2. INSURANCE :
Insurance of stores covered by the Specification should normally be done by the
Manufacturer/Repairers with their own Insurance Company unless otherwise stated. The
responsibility of delivery of the Stores at destination in good condition rests with the
Manufacturer/Repairer. Any claim with the Insurance Company or Transport agency arising
due to loss or damage in transit has to be settled by the Manufacturer/Repairer. The
Manufacturer/Repairer shall undertake free replacement of equipments/materials damaged
or lost which will be reported by the Consignee within 30 days of receipt of the
equipments/materials at Destination without awaiting for the settlement of their claims with
the carriers and underwriters.
3. CERTIFICATE FOR EXEMPTION FROM EXCISE DUTY/SALES TAX:
Offers with exemption from excise Duty/ Sales tax shall be accompanied with authenticated
proof of such exemption. Authenticated proof for this clause shall mean Photostat copy of
exemption certificates attested by Gazetted Officers of State or Central Govt.
4. PROPER FILLING UP OF THE PRICE SCHEDULE:
(i) In case where Freight & Insurance charges are not furnished, 5% of the Ex-works price shall
be considered as the freight & Insurance charges.
(ii) The tenderer should fill up the price schedule (Annexure-V of Section-III) properly and in
full. The tender may be rejected if the schedule of price is submitted in incomplete form as
per clause-35 (ix) of Section-II of the Specification.
5. NATURE OF PRICE INDICATED IN SPECIFICATION SHALL BE FINAL.
The nature of price indicated in the Clause-13, Section – I of PART –I of the Specification
shall be final and binding & no correspondence shall be made/entertained in this regard.

- 50 -
SECTION-IV
TECHNICAL SPECIFICATION FOR REPAIR OF 20 MVA
POWER-TRANSFORMERS
1. SCOPE:- The scope of this specification covers the repair, assembly, inspection and
testing, loading and unloading, dragging, transportation from OPTCL’S site to repairer’s
workshop and back after due repairs to the OPTCL’S sites(transformer’s plinth) , its
supervision of erection,testing & commissioning as mentioned in the specification elsewhere.
The detail scope of repair are enumerated as follows.
1.1 REPAIRING
Dismantling of transformer core & winding, cleaning of core laminations, tank, tap changer,
conservator, breather, radiators and all other parts fitted with the transformer . Reassemble of core &
windings with new or reinsulated/rewound conductors, providing new phase barriers, spacers, all minor &
major insulations excluding those provided in individual windings permawood etc. and other new parts in
lieu of damaged ones including brazing , soldering sleeving and insulating etc. if required , vacuum oven
drying of assembled core & windings, changing of all gaskets by new ones, making terminal connections ,
welding of tank , radiators & other parts at the point of leakage , radiators , filling oil , filtration and
dehydration, overhauling of cooling fans, pumps if necessary and testing as per relevant ISS and OPTCL’S
specification.
N:B: - Dismantling includes removing all core laminations and rebuilding after cleaning and necessary
treatment , if required. And addition of new core laminations if required , Complete spray painting of
transformer externally with two coats of high glossy heat resistible gray paint.( paint to confirm with
relevant ISS).Painting of transformer tank internally with oil resistant paint with two coats.( paint to
confirm with relevant ISS). Any design modification ,if needed in the repair transformer ,then it will
be mutually settled with the contractor/repairer after opening & verification of the transformer during
the joint inspection of the transformer at contractor/repairer’s factory.
1.2 TRANSPORTATION
Loading / Unloading and transportation of transformer (by road) including bushing , radiators ,
conservators , fans and all other necessary parts from OPTCL’S site to the repairer’s workshop and back to
OPTCL site (Transformer plinth). Obtaining of necessary road permits , clearances , approval from
concerned authority , construction of road diversion if necessary, compliance of all statutory laws &
regulations and all other documentation works required during the transportation shall be the responsibility
of the repairer.
1.3 JOB INVOLVING MATERIALS WITH LABOUR
Providing HV Coils & LV Coils with new copper DPC conductor including all the major and minor
insulation if necessary for complete HV & LV winding providing new leads and tapping leads, inter-
windings and inter coil connections etc.
Re-insulating of HV coils & LV coils with existing copper conductor including providing new DPC
insulation to balance leads and tapping leads and neutral including inter winding and inter coil connections
along with all major and minor insulations necessary for HV winding & LV winding.
Providing Stabilizing (Tertiary) Coils with new copper D.P.C. Conductor including all the major
and minor insulation if necessary for complete Stabilizing /Tertiary winding providing new leads inter-
winding and interconnections etc.
Re-insulating of Stabilizing/ Tertiary coils with existing copper conductor including providing new
DPC insulation to balance leads and neutral including inter winding and inter coil connections along with all
major and minor insulations necessary for Stabilizing/Tertiary winding.
Overhauling of OLTC .Supply of new transformer oil as per relevant ISS for filling up of the
complete transformer including radiators, conservators etc. and 10% extra oil.
Replacement of damaged core laminations by new CRGO grade core laminations .Providing new
insulation to core bolts.

- 51 -
1.4 SUPPLY/REPLACEMENT OF PARTS/MATERIALS, IF NECESSARY
H.V. Bushing, H.V. Bushing rod-with accessories, L.V. Bushing, L.V. Bushing rod-with accessories
& Tertiary Bushing, Tertiary Bushing rod with accessories, H.V/L.V. Neutral bushings, PRD (Pressure relief
device),Oil drain valves, Radiator valve, Buchholz Relay, Oil Surge Relay, Dial thermometer (oil),Dial thermometer
(winding), C.T. of necessary ratio alongwith all necessary parts/accessories for winding temperature indicator, Breather
with silicagel, Magnetic oil level gauge for conservator, Tank nuts and bolts ,Explosion vent with diaphragm / PRV,
Complete sets of gaskets as per requirement to be assessed taking by the repairer & representative of the OPTCL.

1.5 CREDIT FOR PARTS TO BE RETAINED BY REPAIRER.


Salvage value of each item replaced by new-one including Copper Scrape (H.V or LV or Tertiary or
both)and damaged core .
2.0 EXPERIENCE:-

1)The bidder who will quote for 20MVA,132/33KV,132/11KV Transformers shall be a manufacturer
/ repairer of such transformers or higher ratings, which should have been in satisfactory operation for at
least last 2(two) years prior to the date of opening of the tender. The Bidder should furnish copies of Type
test / Heat run test certificates along with copies of commissioning reports of these transformers.
The bidder in his bid must furnish enough evidence to establish his capacity in engineering,
repairing, testing and commissioning of above rated transformers or higher ratings. To substantiate this, he
has to furnish list of machineries, list of testing equipments, list of engineering personal and user’s
certificate, Sl.No. MVA rating, class, make, date of installation, place of installation, date of commissioning
etc. along with the user’s signature in support of successful operation of transformers for more than two
years. At least one of the user’s certificate shall be from state or central govt. or their undertakings.
2) The bidder who is a manufacturer & under the process of manufacturing & supplying similar
transformers or higher ratings as indicated above can also offer their bids , but their bid may be considered
by the purchaser only after detail scrutiny of their technical capability in manufacturing , designing,
repairing, testing of the above rated transformers as well as the performance of their manufactured/repaired
transformers in Government utilities.
3.0 Following are the list of documents constituting this specification:
[I]. Technical specification.
[ii]. Technical requirements [Appendix-A-1]
[iii]. Scope of repair and price schedule [Schedule-A]
[iv]. Format for initial inspection and estimate Of Burnt Transformer [Schedule-B]
[v]. Format for stage inspection (initial Testing) [Schedule-C]
[vi]. Name plate details of transformers [Schedule-D1to D5 ]
[vii]. Format for calibration status of testing equipments/meters Instruments [Schedule-E].
[viii]. Format for External joint inspection Report indicating condition of
each item at OPTCL’s site [Schedule-F]
[IX] Format for the Inventory of materials( list of parts) of the transformer to be lifted by the
repairer [Schedule-G]
4.0 PLACE OF AVAILABILITY:
The defective transformers are lying at different Grid Sub-stations of OPTCL(See Schedule D-1to D-5 ),
which may be inspected by the Tenderers before submission of their bids. In this connection, the SDO of the
respective Grid S/Ss may be contacted.
5.0 PLACE OF DISPATCH AFTER REPAIR :- After repairing of the transformers , the
repairer shall deliver the repaired transformers at any Grid Sub-Station of OPTCL within the state
of ORISSA, which will be intimated at the time of issue of dispatch clearance after final inspection.
While making offer for loading , unloading , handling & transportation of the transformers , the
repairer may take into account the places of availability indicated elsewhere in this specification
and the places of dispatch after due repair as envisaged in this clause and clause 4.0 above.

- 52 -
6.0 JOINT INSPECTION OF DEFECTIVE TRANSFORMER AT OPTCL’S SITE:
Within 20 (Twenty) days from the date of issue of the LOI with successful tenderer, the
contractor and the AGM/Executive Engineer of E.H.T. (O&M) Division who is concerned
with respective Grid Sub-station and engineers from EMR, OPTCL(if required) shall jointly
certify the defective transformer as per the format[Schedule-F] attached to this
Specification and submit the same to this office as well as office of CGM, EHT (O&M) for
approval.
7.0 LIFTING OF DEFECTIVE TRANSFORMER:-

After receipt of the approval of joint Inspection report from the C.G.M. EHT[O&M], OPTCL,
the Sr.GM CPC will intimate the contractor to lift the defective transformer alongwith
radiators, bushings, cooling fans, conservator tank and other accessories to their works
except the Transformer oils. The Transformer oils have to be drained out from the
transformer & the transformer to be made ready for handing over to the repairer by the
concerned AGM/SDO of the Grid S/S within 20 (Twenty) days from the date of issue of
Sr.GM CPC’s letter to the firm for lifting the transformer to their works. The repairer will lift
the defective transformer within 20 (Twenty)days from the date of issue of Sr.GM CPC’s
letter for such lifting in consultation with the concerned AGM/MANAGER/DM of that S/S.
Before lifting of defective transformer from OPTCL’s site, the repairer shall furnish the list of
components of transformer to be lifted for repair and other components which will be
retained at the OPTCL site . Both the lists shall be signed by the representative of the
repairer and the AGM/MANAGER/Executive Engineer of the E.H.T.(O&M) Division under
whose jurisdiction the concerned Grid Sub-station falls as per Schedule-G enclosed &
copies of the same shall be furnished to Sr.GM CPC & CGM EHT (O&M) for their information
&necessary action. But in any case the repairer has to lift those accessories /
components along with the transformer which will be used/required during
heat-run & routine tests.

8.0 JOINT INITIAL INSPECTION AND ESTIMATE


Within 20(Twenty)days from the date of receipt of defective transformer from OPTCL’s S/S,
the repairer shall give Clear 20[Twenty] days notice (i.e twenty days from the date of
receipt of letter at Sr.GM,CPC’s office) to Sr.G.M.[CPC], OPTCL Bhubaneswar for deputing
his representative[s] for initial inspection and estimate to assess the extent of repair to be
executed. The initial inspection and estimate shall be done in accordance with Schedule-B
attached to this Specification .The repairer shall furnish enough evidence regarding their
claim for prices quoted for any item/component of the transformer .Any delay beyond 15
days from the date of issue of the letter(from Sr.GM,CPC’s office seeking clarifications on
prices in furnishing the satisfactory reply on prices of the components quoted by the
repairer ,will be treated as the delay due to the repairer himself & OPTCL may impose
additional penalty on the repairer as per the penalty clause.
All Assistance shall be rendered to the Inspecting officer[s] to carry-out the initial
Inspection and estimate.
9.0 PLACEMENT OF WORK ORDER:

Basing on the joint initial inspection , estimate prepared at the repairer’s works as per
actual & verification of the estimate at Sr.GM,CPC’s office ,OPTCL will place work order on
the repairer who will carry-out the repair basing on the above. But if any abnormality will
be found in the estimate , the repairer will be asked for clarification & justification, who
within 15(fifteen)days from the date of issue of such letter. will furnish his justified reply
with documentary evidence ,if necessary.

- 53 -
10.0 QUALITY ASSURANCE PLAN:

The contractor shall submit the quality Assurance plan of the repairing process and the list
of vendors, supplying different bought out items towards repair of the defective
transformer within 15[fifteen] days from the date of issue of the work order. After receipt
of the approval of the QAP and the list of vendors, the contractor shall carry out repairing
of the transformer.
11.0 STAGE INSPECTION:-

On completion of assembly of HV , LV and the core,& painting works of the tank, the
contractor shall give clear 20[Twenty] days notice (i.e twenty days from the date of receipt
of such letter at Sr.GM,CPC’s office) to Sr.GM,CPC,OPTCL for deputing representative[s] for
stage inspection. The stage inspection and the weight etc. shall be carried out in the
presence of OPTCL’s representative as per the format ,enclosed as Schedule- C. The stage
inspection report shall be signed jointly by the contractor and the OPTCL’s representative
and submitted to Sr.G.M.[CPC] for approval. The possible electrical parameters like
measurement of DC resistance of both HV , LV & stabilizing windings, determination of the
turns of the windings , no load loss & etc. shall be taken up in the presence of OPTCL’s
representative and submitted to Sr.G.M.[CPC] for necessary approval. The contractor shall
submit the documentary evidence like invoices, challans, test reports etc. of the bought-out
items/materials, used/to be used for repair of the transformers along with the calibration
certificates of all testing instruments/meters/equipments to be used during testing. The
calibration must have been done in Government approved laboratory[s] for which
documentary evidence shall be furnished alongwith the stage inspection report. The delay
in furnishing the valid calibration reports will delay the Final inspection & Delivery , & the
repairer will be fully responsible for such delays.
12.0 INSPECTION :

(i) OPTCL shall have access at all times to the works and all other places of repairing
where the transformers are being repaired and the repairer shall provide all facilities
for unrestricted inspection of the repairer’s necessary tests as may be required by
OPTCL .
(ii) The repairer shall keep OPTCL informed in advance of the time of starting and of
the progress of repairing of transformer in its various stages so that arrangements
could be made for inspection.
(iii) The repairer shall give clear 20 (Twenty) days notice (i.e twenty days from the date
of receipt of such letter at Sr.GM,CPC’s office) to Sr.GM,CPC,OPTCL for deputing
OPTCL’s representative for final inspection and testing of the repaired transformers
(tests as enumerated at Cl.13.0 of this specification). The offer for final inspection
shall be accompanied with the shop routine test certificates(except high voltage
tests& heat-run tests). The Inspecting Officer will conduct inspection only if the
calibration certificates and shop routine test certificates of the transformer are
found to be in order as per relevant ISS and OPTCL’S specification.
(iv) The repaired transformers shall be dispatched from its point of repair only when it
will be ascertained that the repaired transformer has been satisfactorily inspected,
tested, test results complying to our specification and ISS and release order issued
by Sr.G.M.(C PC), OPTCL, Bhubaneswar.
(v) The acceptance of the repaired transformer on the basis of the Inspection Report
and Test Report shall in no way relieve the repairer of his responsibility for meeting

- 54 -
all the requirements of this specification during subsequent inspection and testing at
site during erection as well as performance during it’s operation.
(vi) Six(6) sets of Inspection & Test Reports shall be submitted to Sr.G.M.(CPC), OPTCL,
Bhubaneswar after final inspection and testing for due scrutiny, approval and issue
of dispatch clearance.
(vii) If required, the repaired transformer shall be dispatched duly filled up with Nitrogen
Gas of 95.5% purity with a pressure gauge to monitor nitrogen pressure inside the
transformer at the repairer’s cost. In that case new oil as per requirement shall be
supplied separately in barrels /drums & additional nitrogen cylinder with gas has to
be provided by the repairer for maintaining pressure of the gas inside the
transformer till it’s erection & commissioning. Since supervision of erection &
commissioning of the repaired transformer are to be carried out by the repairer ,
the repairer will be responsible for ingress of moisture if any inside the transformer ,
due to leakage of nitrogen gas or transformer oil from the transformer tank .

13.0 TESTING:-

[A] Type Test:- The temperature rise/heat-run test shall be carried out for each ratings of
the transformer on the tap giving the worst combination of loading on the transformer
windings , as per up-to-date IS 2026 & IEC Publ.76.2 in the presence of OPTCL’s
representative. The temperature rise of the windings and oil shall not exceed the
value as indicated in the name plate .Where name plate is not available or
where name plate do not show the above value, then values indicated in the
latest IS-2026 for transformers will be followed. DGA testing of oil shall be carried
out before & after the temperature rise test & the results are to be furnished in the test
report. Sampling of oil & analysis of gasses shall be in accordance with IEC 567 & IEC 599.
During temperature rise test WTI , OTI ,radiator top , radiator bottom , three watt meter
readings , three voltmeter & three ammeter readings are to be recorded in addition to
other usual readings.
[B] Routine Test:- Following routine tests shall be carried out on each repaired
transformer as per IS:2026 and this Technical specification in presence of OPTCL’s
representative.
[i]. Measurement of DC resistance of windings at principal and extreme taps.
[ii]. Measurement of voltage ratio and check of voltage vector relationship.
[iii]. Measurement of Insulation Resistance at 60 & 600 second intervals before & after all
the tests.
[iv]. Dielectric Tests,
[a]. Power frequency over-voltage tests.
[b]. Induced over voltage Tests.
[v]. Operation and dielectric testing of OLTC as per IS:2026 clause 16.9.
[vi]. Measurement of no load loss and no load current by 3 watt meter method.
[vii]. Measurement of load loss and Impedance voltage at principal tapping and extreme
taps by employing 3 watt meter method with low power factor watt-meters. The Load
loss & Impedance voltage measurement shall be made preferably at 100% rated current
but in no case shall not be less than 80% current of the rated current[principal tapping]
or tapping current[ in case of extreme taps.].Values indicated in the name plate are to be
maintained. Where name plate is not available or where name plate do not show
the above value, then values indicated in the latest IS-2026 for transformers
will be followed.
[viii]. Oil BDV Test.

- 55 -
[ix]. Measurement of capacitance and tan-delta to determine capacitance between winding
and earth. This measurement shall be carried out before and after series of dielectric
tests.
[x]. Determination P.I. value:- Polarization Index shall be measured in respect of all
windings by taking insulation resistance for 10 mins & 1 min. This should not be less than
1.5 or more than 5 . P.I. shall be measured before and after all the tests.
[xi]. Measurement of Neutral current during load loss test which should not exceeds 2% of
the rated current.
[xii]. Magnetic Balance test.
[xiii]. DGA test of oil before and after all the tests.
[xiv]. Measurement of Zero sequence impedence of the primary and secondary windings.
[xv]. Measurement of power taken by fans.
[xvi]. Measurement of harmonic level on no load current.
[xvii]. Oil leakage test :- All tanks and oil filled compartments shall be tested for oil
tightness by completely filling with oil of a viscosity not greater than that of insulating oil
confirming to IS : 335 at the ambient temperature and applying a pressure equal to the
normal pressure plus 35 KN/m measured at the base of the tank. The pressure shall be
maintained for a period of not less than 12 hours during which time no leakage shall occur.

14.0 SUPERVISION OF ERECTION, Testing & COMMISSIONING

The scope covers supervision of erection, testing & commissioning of the repaired
transformers at any EHT GRID Sub-Stations in Orissa as per the requirement of CGM , EHT
(O&M) . However ,the erection & commissioning portion of the work shall remain valid for a
period of one year after the actual date of delivery of repaired transformer at OPTCL’s Sub-
Station.
The repairer shall have to depute their Engineer for Supervision of erection, testing &
commissioning of repaired transformers at the site. One set of gaskets for accessories &
Bushings shall be supplied free of cost for fitting at site. Supervision of Erection ,testing
& commissioning work will be taken up by the repairer within 15 days from the date of
issue of letter by the OPTCL’s Authorities ,under intimation to Sr. GM,CPC & CGM , EHT
(O&M).
In the event of alternation of installation site during 12 months from the date of receipt of
transformer, the cost of loading ,unloading transportation and the handling of transformer inside
the concerned Sub-Station shall be beyond the scope of this repair contract. However supervision
of erection ,testing & commissioning at the designated site shall be mandatory as stated above
within one year from the date of handing over of materials in good condition at site.
CERTIFICATE
Certified that the windings, i.e HV , LV , STABILISING (Tertiary) [ mention corresponding
phase], the copper conductor of which are not found suitable for re-use have been cut & damaged
by gas cutting machines at crossover points of each disc, penetrating all the turns of all the discs
and photographs showing projected cut portions of the conductors at each discs have been taken
and produced alongwith the initial inspection report.

Signature of the repairing Firm Signature of the OPTCL’s representative(s)

- 56 -
SCHEDULE-A
SCOPE OF REPAIR & SCHEDULE OF PRICE
Sl.No ITEM BASIC UNIT MAKE RATE/AMOUNT
FOR WHICH
RATE IS
APPLICABLE
(A) Jobs involving labour charges and providing materials, gaskets etc.
1. Dismantling of transformer core & winding Lump sum per
, cleaning of core laminations, tank ,tap transformer
changer , conservator ,breather ,radiators
and all other parts fitted with the
transformer . Reassemble of core &
windings with old healthy /
reinsulated/rewound coils , providing new
phase barriers , spacers , all minor &major
insulations excluding those provided in
individual windings permawood etc. and
other new parts in lieu of damaged ones
including brazing , soldering sleeving and
insulating etc .as required , vacuum oven
drying of assembled core & windings ,
changing of all gaskets by new ones ,
marking terminal connections , welding of
tank , radiators & other parts at the point
of leakage , radiators , filling oil , filtration
and dehydration , overhauling of cooling
fans &pumps as necessary and testing
including temperature rise test as per
relevant ISS/IEC and OPTCL’s
specification. It also covers the works
involved during joint inspection at
OPTCL’S site, initial inspection, stage and
final inspection at repairer’s workshop.
N:B: - Dismantling includes removing all
core laminations and rebuilding after
cleaning and necessary treatment , if
required.
2. Complete spray painting of transformer Lump sum per
externally with two coats of high glossy transformer
heat resistible gray paint.( paint to confirm
with relevant ISS).
3. Painting of transformer tank internally Lump sum per
with oil resistant paint with two coats transformer
.( paint to confirm with relevant ISS).
(B) TRANSPORTATION

- 57 -
1. Loading / Unloading of transformer Lump sum per
including bushings, radiators , transformer
conservators , fans, pumps and all other
necessary parts at site.(at Transformer
plinth)
(Unloading and loading at repairer’s work
will be of free of charge to OPTCL)
(C) JOB INVOLVING MATERIALS WITH LABOUR
1(a). Providing HV Coils with new copper DPC Rate/Kg.
conductor including all the major and
minor insulations as necessary for complete
HV winding providing new leads and
tapping leads, inter-windings and inter coil
connections etc.
1(b). Re insulating of HV coil with existing Rate/Kg
copper conductor including providing new
DPC insulations to balance leads and
tapping leads and neutral including inter-
winding and inter coil connections along
with all major and minor insulation as
necessary for HV winding.
2(a). Providing L.V. Coils with new copper Rate/Kg.
D.P.C. Conductor including all the major
and minor insulations as necessary for
complete L.V. winding providing new leads
inter-winding and interconnections etc.
2(b) Re insulating of LV coil with existing Rate/Kg
copper conductor including providing new
DPC insulations to balance leads and
neutral including inter-winding and inter
coil connections along with all major and
minor insulation as necessary for LV
winding.
2(c). Providing Tertiary Coils(Stabilizing coils) Rate/Kg.
with new copper D.P.C. Conductor
including all the major and minor
insulations as necessary for complete
Tertiary winding(Stabilizing Winding)
providing new leads inter-winding and
interconnections etc.
2(d) Re insulating of Tertiary coils(Stabilizing Rate/Kg
coils) with existing copper conductor
including providing new DPC insulations to
balance leads and neutral including inter-
winding and inter coil connections along
with all major and minor insulation as
necessary for Tertiary winding
(Stabilizing Winding) .
3. Labour charges for overhauling of OLTC.
4. Supply of new transformer oil (Napthenic Rate/Kl.
base i.e % of Naphthenic content in oil will
be more than 40% & paraffinic content

- 58 -
will be less than 56%) ,as per relevant up to
date ISS for filling up of the complete
transformer including radiators,
conservators etc. and 10% extra oil.
5. Replacement of damaged core laminations Rate/Kg.
by new core CRGO Laminations. (Rate for
CRGO)
6. Providing new insulation to CORE bolts. Rate/Kg.
(D) SUPPLY/REPLACEMENT OF PARTS/MATERIALS, IF NECESSARY FOR THE TENDERED
TRANSFORMER(S).
UNIT MAKE RATE
1. H.V. Bushing. Rate/No
2. H.V. Bushing rod-with accessories. Rate/Set.
3. L.V. Bushing. Rate/No.
4. L.V. Bushing rod with accessories. Rate/Set.
5. H.V./L.V. Neutral bushings. Rate/No.
6. Tertiary (Stabilizing) Bushing Rate/No.
7. Tertiary Bushing rod with accessories. Rate/Set.
8. PRD (Pressure relief device) Rate/Set.
9. Oil drain valves of different sizes (with Rate/No.
sizes) 15nb, 25nb, 40nb,50 nb, 80nb 15nb
25nb
40nb
50nb
80nb
10. Radiator valve of different sizes (with sizes) Rate/No.
11. Buchholz Relay. Rate/No.
12. Oil Surge Relay. Rate/No.
13. Dial thermometer (oil) Rate/No.
14. Dial thermometer (winding) Rate/No.
15. C.T of necessary ratio alongwith all Rate/No.
necessary parts/accessories for winding
temperature indicator.
16. Breather with silicagel. Rate/No.
17. Magnetic oil level gauge for conservator. Rate/No.
18. Tank nuts and bolts. Rate/No.
19. Explosion vent with diaphragm. Rate/No.
20. Radiator conforming to all the parameters Rate/No.
like size length, No. of fins etc. of the
radiators fitted with the tendered
transformer.
21. Complete sets of gaskets. Rate/Set.
22. OLTC in complete shape –Indicate make, Rate/No.
Type & rating.
CREDIT FOR PARTS TO BE RETAINED BY REPAIRER.
1. Copper Scrape (H.V or L.V or Tertiary or Rate/Kg.
all)
2. Salvage value of each item under SL.D(1 to Units as
20)(to be quoted individually). indicated above
against each
item.

- 59 -
3. Salvage value of damaged core. Rate/Kg.

F. TAXES & DUTIES (TO BE QUOTED


SEPARATELY ALONGWITH SL.NO. OF
ABOVE ITEM(S) AND AMOUNT ON
WHICH THE TAXES AND DUTIES ARE
TO BE LEVIED).

N.B:- Rates are to be quoted as per the units indicated against each item
above.

- 60 -
APPENDIX-A(1)
TECHNICAL REQUIREMENTS OF 20 MVA, 132/33 KV &132/11 KV POWER
TRANSFORMERS,
Sl.No. ITEM SPECIFICATION
1. Type of power transformer/Installation 3 Phase Power Transformer suitable
for outdoor installation
2. Type of Mounting. On wheels, mounted on rails
3. Suitable for rated system frequency. 50 Hz (+/- 3%)
4.(a) Maximum system voltage ratio HV/LV. 145 KV/36 KV
(b) Rated voltage ratio HV/LV/Tertiary 132KV/33 KV
5. Rated Current.
(a) H.V. 70.1/ 87.5A
(b) L.V. 280.3/ 350.3A
6. No of Phases. (3) Three
7. Type of cooling ONAN/ONAF
NOTE :-
ONAN – OIL NATURAL AIR NATURAL
ONAF - OIL NATURAL AIR FORCED

8. MVA Rating corresponding to cooling


system.
(a) ONAF COOLING. 80 % (16MVA)
(b) OFAF COOLING. 100 % (20 MVA)
9. Method of connection. HV-LV-Star

10. Connection Symbol(Vector Group). Y-N-y-n-0


11. System Earthing. Solidly earthed.
12. Percentage Impedance at normal tap and 10%
20 MVA base .(corresponding to HV/LV tolerance (+ 10%)
rating )and applicable tolerances. (No negative tolerance allowed)
13. Anticipated continuous loading of windings. Up to 150 % of the rating of the
o winding.
14. Tap Changing Gear.
(a) Type. On load.
(b) Provided on. HV side.
(c) Tap Range. +5% to -15%
(d) Tap Step. 1.25% (17 nos.)
15. Insulation level for windings HV LV HVN

(a) 1.2/50 Microsecond wave Shape Impulse 650 170


Withstand(KVP)
(B) Power Frequency Voltage withstand (KV 275 70 38
rms).
16. Noise level at rated voltage and frequency. 81 dB
17. Permissible temperature rise over ambient
temperature of 50C
(a) Of top oil measured by thermometer. 40ºC/ 500 C (As per the name plate)
(b) Of winding measured by resistance. 50ºC/ 550 C (As per the name plate)

- 61 -
Note:- Any change or design modification if needed as per the above technical requirements in the repair
transformer , then it will be mutually settled with the repairer/ manufacturer after opening & verification of
the Transformer during the joint inspection of the transformer at repairer/manufacturer’s factory or else
technical particulars/parameters to be maintained in the repair transformer as per the Name Plate details of
the Transformer . Where name plate is not available or where name plate do not show any value , then
values indicated in the latest IS-2026 for transformers will be followed.

- 62 -
SCHEDULE – B

FORMAT FOR INITIAL INSPECTION


& ESTIMATE OF BURNT TRANSFORMER
1. On receipt of the burnt transformer in the repairer’s workshop, the repairer has to intimate by
fax / speed post to Sr. G.M., CPC,OPTCL to depute his authorised representative (s) for initial
inspection and estimate.
2. The core and coil assembly as a whole is to be untanked in the presence of OPTCL’S
representative for initial inspection and estimate. The name plate is to be verified again.
3. The repairer will measure the resistance of the healthy windings (both H.V., L.V & Stabilizing)
in the presence of OPTCL’S representative and record the resistance readings alongwith the
ambient temperature.
4. The repairer will determine the No. of Stabilizing(Tertiary)/ L.V./H.V. turns/phase in the
presence of OPTCL’S representative both by ratio measurement method and by unwinding
one of each. windings in a winding machine and by recording the counter reading.
5. The repairer will remove the top core and dismantle both HV , LV & Stabilizing windings in
the presence of OPTCL’S representative for details of measurement of core, HV , LV &
Stabilizing windings etc. in the following format. .
6. Repairer should furnish the estimate along with this inspection report.
[A]. WINDINGS:
Sl. Particullars LV HV HV Regulating Stabilizing
No. (Tertiary)
1. Rated current per phase[1 ph] Amp.
2. Conductor Bare (mm)
3. Conductor Insulated (mm)
4. Type of Conductor Insulation
5. No. of Conductors in Parallel
6. Bare Conductor’s sectional area
7. Current density (A/mm²)
8. Rated volts per phase (volts)
9. Turns per phase (T)
10. Type of winding
11. No ,of discs (Nos.)
12. No. of turns/disc.
13. Inside diameter (mm)
14. Outside diameter (mm)
15. Winding depth (mm)
16. Winding length (mm)
17. Gap between discs (mm)
18. No. of spacers in one circle
19. Size of the spacer (mm)
20. Length of mean turn in meter
21. Weight of winding (Kg/ each)
(Weight of winding includes the weight of
insulated conductor, spacers, runners and
other insulations as has been completely
required to make the winding.)

- 63 -
22. Weight of winding (Kg/ each)
(Here Weight of winding includes only the
weight of insulated conductor without
spacers,runners & other insulations. )
23. Condition of the copper conductor (whether
can be reused ? If can not be reused, state the
reasons)
24. Mention the phase winding(s) which has been
burnt/damaged.
25. Mention the phase winding(s) which has not
been burnt/damaged and can be reused.
26. Mention the winding(s) which has been cut
and damaged if found not suitable for reuse.
B INSULATION.
1. Between Core & L.V. Winding (Details like
thickness (mm), length(mm), type of
insulation etc. to be mentioned).
2. Between H.V. & L.V. Winding (Details like
thickness (mm), length(mm), type of
insulation etc. to be mentioned).
3. Between H.V. & L.V. & Stabilizing Winding
(Details like thickness (mm), length(mm),
type of insulation etc. to be mentioned.
4. Between windings to top yoke (Details as
above to be mentioned)
5. Between windings to bottom yoke (Details as
above to be mentioned)

C. CORE.
1. Core Diameter in mm =
2. Window Height in mm =
3. Distance between core leg center in mm =
4. Widths of window in mm =

5. OTHER PARAMETERS OF CORE


No of 1 2 3 4 5 6 7 8 etc.
steps
Width in
mm
Stack in
mm
Cross
sectional
area of
stack

6. Total gross cross sectional area of the core in mm² =


7. Net core iron area = gross C/S area x 0.97
8. Maximum flux density (Bm) in Wb/sq.mm =
9. Total core weight in Kg by weighment =
10. Thickness of core lamination in mm =
11. No of core bolts / phase =

- 64 -
12. Diameter of each core bolt hole in mm =
13. Weight of burnt core lamination if any =
14. Weight of the core laminations needed to replace the burnt core in kg
[ To be calculted from the size of the laminations,volume etc.].
The drawing of the required laminations alongwith all dimensions
details of calculation of weight to be furnished.

D Condition of the Tank, Bushings, other accessories(with Serial Nos.):

E Weight of scrap Insulated conductor recovered from burnt winding by


(I) Weightment in the presence of OPTCL’s representative.[In kg] [HV/LV/Stabilising].

(II) Weight of scrap bare conductor by weighment in the presence


of OPTCL’s representative by stripping off the insulation from the
conductor[In kg][HV/LV/ Stabilizing].

F Any other items which have not been covered above required for
repair of the defective transformer may be discussed to finalise
jointly by the OPTCL’s representative and by the repairer during
initial inspection which will be finally finalised by the
Sr.G.M.,CPC if facts justify.

FOR OPTCL FOR REPAIRER.

Name: Name of Repairer:

Designation: Designation.

Date: Date:

Place: Place

CERTIFICATE

Certified that the windings, i.e HV , LV , STABILISING (Tertiary) [ mention corresponding


phase], the copper conductor of which are not found suitable for re-use have been cut & damaged
by gas cutting machines at crossover points of each disc, penetrating all the turns of all the discs
and photographs showing projected cut portions of the conductors at each discs have been taken
and produced along with the initial inspection report.
Also, Certified that the estimated quantity & cost of repair amounting to Rs------------------
,as calculated & furnished herewith as “estimate for repair of ------------MVA------------KV------------
(Make)-------------------Transformer with Sl.No---------------” has been verified & found Correct.

Signature of the repairing Firm Signature of the OPTCL’s representative(s)

- 65 -
SCHEDUL --F
EXTERNAL JOINT INSPECTION REPORT INDICATING
CONDITION OF EACH ITEM
RATING---------MVA, RATIO-----------KV, MAKE-------------, SR.No.------------
L.O.I. No & Date :
Date of inspection :
Location :
Name of OPTCL’S Representative :

Name of Repairer’s Representative :

Item Brief Description External Condition


No. R-Phase Y-Phase B-Phase
Neutral
1. H.T . Bushing
2. H.T. Terminal rod
3. H.T. Bushing cap stating metal used
4. L.T. Bushing
5. L.T. Terminal rod
6. L.T. Bushing cap stating metal used
7. Stabilizing / Tertiary Bushing
8. Stabilizing / Tertiary Terminal Rod
9. Stabilizing / Tertiary Bushing Cap

Sl.No Description Particular with status


.
10. Buchholz Relay on Main Tank
11. Buchholz Relay on OLTC
12 Pressure Release Device if any
Condition of Explosion Vent Diaphragm
13. Valves (Number & size to be indicated as per valve
diagram of name plate
14. Oil level Indicators
(I) Main Tank
(II) Type
(III) O.L.T.C.
(IV) Type
15. Marshalling Box On Tank
(I) Oil Temperature Indicator
(II) Winding Temperature Indicator
(III) Other Items as per Schematic Diagram
16. Radiator Cooling Fans , Pumps
(I) Numbers, sl.number, make, KW ,voltage,ct.rating of
each
(II) Status Number wise

- 66 -
17. OLTC Type , make, sl.no
Status of Item Which can be Externally Checked
18. Radiator Valves ( nos)
Quality
Condition
19. No of Radiator Banks & fins
Quality
Condition
20. Location of Spots Of Leakages
Conservator
Inter Connecting Pipes
Main Tank
Connection to Cooling System
Radiators (The leakage can only be verified after filling the
oil,when Transformer is repaired)
21. Wheels.
Quantity
Condition
22. Bushing Blanking Plates.
H.V
L.V
Tertiary
23. Tank Hardware
24. Quantity of Oil.
25. Technical Documents handover.
26. Copy of Manufacturers Test Report.
27. Items not listed above but externally inspected.
28. Remarks of Repairer.
29. Remarks and Instructions of OPTCL.

FOR OPTCL FOR REPAIRER.

Name: Name of Repairer:

Designation: Designation.

Date: Date:

Place: Place

- 67 -
SCHEDULE-C

FORMAT FOR STAGE INSPECTION


[A]. WINDINGS:
Sl. Particullars LV HV HV Tertiar
No. Regulating y/
Stabiliz
ing

1. Conductor Bare (mm)


3. Conductor Insulated (mm)
4. Type of Conductor Insulation
5. No. of Conductors in Parallel
6. Base Conductors in Parallel
7. Current density (A/mm 2)
8. Rated volts per phase (volts)
9. Turns per phase (T)
10. Type of winding
11. No ,of discs (Nos.)
12. No. of turns/disc.
13. Inside diameter (mm)
14. Outside diameter (mm)
15. Winding depth (mm)
16. Winding length (mm)
17. Gap between discs (mm)
18. No. of spacers in one circle
19. Size of the spacer (mm)
20. Length of mean turn in meter
21. Weight of winding (Kg/ each)
(Weight of winding includes the weight of
insulated conductor, spacers, runners and
other insulations as has been complete
required to make the winding).

B INSULATION.
1. Between Core & L.V. Winding (Details like
thickness (mm), length(mm), type of
insulation etc. to be mentioned).
2. Between H.V. & L.V. Winding (Details like
thickness (mm), length(mm), type of
insulation etc. to be mentioned).
3. Between H.V. & L.V.& Stabilising (Tertiary)
Winding (Details like thickness (mm),
length(mm), type of insulation etc. to be
mentioned
4. Between windings to top yoke (Details as
above to be mentioned)
5. Between windings to top yoke (Details as
above to be mentioned)

- 68 -
C. CORE.
1. Core Diameter in mm =
2. Window Height in mm =
3. Distance between core leg center in mm =
4. Widths of window in mm =

5.0 OTHER PARAMETERS OF CORE :-


No of 1 2 3 4 5 6 7 8 etc.
steps
Width in
mm
Stack in
mm
Cross
sectional
area of
stack

6. Total gross cross sectional area of the core in mm =


7. Net core iron area = gross C/S area x 0.97
8. Maximum flux density (Bm) in Wb/sq.mm =
9. Total core weight in Kg by weighment =
10.0 Thickness of core lamination in mm =

D. Condition of the Tank., & other accessories:


E. Any other items which have not been covered above and
repaired may be discussed to finalise jointly by the OPTCL’S representative

FOR OPTCL FOR REPAIRER.

Name: Name of Repairer:

Designation: Name of Repr.


Designation.

Date: Date:

Place: Place

- 69 -
SCHEDULE-G

INVENTORY OF MATERIALS LIFTED BY REPAIRER


RATING---------MVA, RATIO-----------KV, MAKE-------------, SR.No.------------
L.O.I. No & Date :
Date of inspection :
Location :
Name & Designation of OPTCL’S Representative :

Name & Designation of Repairer’s Representative :

Sl.No. Item Receipt / Non receipt &


Make,voltage,current
ratings
1. H.T .Bushing
2. H.T. Terminal rod
3. H.T .Bushing cap stating metal used
4. L.T .Bushing
5. L.T. Terminal rod
6. L.T . Bushing cap stating metal used
7. Tertiary Bushing
8. Tertiary Terminal Rod
9. Tertiary Bushing Cap
10. Buchholz Relay on Main Tank
11. Buchholz Relay on OLTC
12 Pressure Release Device if any
Condition of Explosion Vent Diaphragm
13. Valves (Number & size to be indicated as per valve
diagram of name plate
14. Oil level Indicators
(I) Main Tank
(II) Type
(III) O.L.T.C.
(IV) Type
15. Marshalling Box On Tank
(I) Oil Temperature Indicator
(II) Winding Temperature Indicator
(III) Other Items as per Schematic Diagram
16. Radiator Cooling Fans & Pumps ( Numbers , Ratings ,
Make, sl no.& etc)
(I) Number

- 70 -
(II) Status Number wise
17. OLTC Type
Status of Item Which can be Externally Checked
18. Radiator Valves
Quality
Condition
19. Radiators Banks
Quantity
Condition
20. Location of Spots Of Leakages
Conservator
Inter Connecting Pipes
Main Tank
Connection to Cooling System
Radiators (The leakage can only be verified after filling
the oil,when Transformer is repaired)
21. Wheels.
Quantity
Condition
22. Bushing Blanking Plates.
H.V
L.V
Tertiary
23. Tank Hardware
24. Quantity of Oil.
25. Technical Documents handover.
26. Copy of Manufacturers Test Report.
27. Items not listed above but externally inspected.
28. Remarks of Repairer.
29. Remarks and Instructions of OPTCL.
Note :- All the parts including Bushings, WTI, OTI (which are in healthy condition)
,but except Transformer oils , which will be required during Heat- run Test & routine
& other tests as per ISS & this Specification has to be lifted by the repairer to their
works.

FOR OPTCL FOR REPAIRER.

Name: Name of Repairer:

Designation: Designation.

Date: Date:

Place: Place

- 71 -
SCHEDULE-E

CALIBRATION STATUS OF TESTING EQUIPMENTS & INSTRUMENTS


Name Meters & Date of Due date Name of Wheather Wheather
of the equipments calibration of the calibrating document
test required for calibration calibrating agency is relating to
the agency govt of the
corresponding approved calibrating
test with agency
range , furnished.
accuracy , govt
make , sl. No. approval

Wheathermeter/ Wheather Wheather green Inspite of the Remarks


equipment fulfill calibrating sticker or blue imposed
the accuracy agency has sticker or limitations,
class as per put any Yellow sticker has wheather the
calibration report limitation been affixed on particular
towards the the body of the meter/equipment
use of the particular can still be used ?
particular equipment/meter. Justify it’s use for
meter/ State colour of the corresponding
equipment. affixed sticker. test(s).
If yes state
the
limitations.

- 72 -
SCHEDULE – D-1
NAME PLATE DETAILS OF THE DIFECTIVE 20 MVA
TRANSFORMER AVAILABLE AT 132/33KV S/S Bargarh
Sl. Description Particulars
No. Of 20MVA Transformer
1. Make M/S NEI LTD
2. Sl.No. of the transformer RY-/2497/1
Type
3. Year of manufacturing 1977
4. Rating 16000/20000 KVA
5. Rated Voltage
(i) H.V. 132KV
(ii) L.V. 11KV
(iii) Stabilizing/ Tertiary UnLoaded Tertiary
6. Rated Current
(i) H.V. 70/ 87.5 Amp
(ii) L.V. 840 / 150 Amp
7. Tap
8. Vector Group Y-Y-0 d1
9. Type of cooling ON /OB
10. Percentage Impedance 10.01%
Voltage at 75°C
11. Frequency 50Hz
12. Phases (HV / LV) 3/3
13. Guaranteed Maximum 40/50 °C
Temperature Rise in Oil/
Windings
14. Reference Indian Standard IS2026
15. Transformer Mass

Mass of Oil 13080kg


Total mass 55600kg
Core& Winding 29000kg
Transport mass
Oil 14700 Ltrs

- 73 -
SCHEDULE – D-2
NAME PLATE DETAILS OF THE DIFECTIVE 20 MVA
TRANSFORMER AVAILABLE AT 132/33KV S/S Jajpur Road
Sl. Description Particulars
No. Of 20MVA Transformer
1. Make HEL,Bhopal
2. Sl.No. of the transformer 6000573
Type
3. Year of manufacturing 1966
4. Rating 20MVA
5. Rated Voltage
(i) H.V. 132KV
(ii) L.V. 33KV
(iii) Stabilizing/ Tertiary
6. Rated Current
(i) H.V. 87.5 Amp
(ii) L.V. 350 Amp
7. Tap On Load, Remote & Local
8. Vector Group Y-Y-0
9. Type of cooling OB
10. Percentage Impedance 12.5%
Voltage at 75°C
11. Frequency 50Hz
12. Phases (HV / LV) 3/3
13. Guaranteed Maximum 40/ 50 °C
Temperature Rise in Oil/
Windings
14. Reference Indian Standard
15. Transformer Mass

Mass of Oil Kg/Ltr 23300kg/27460Ltr


Total mass 85100kg
Core& Winding 33700kg

- 74 -
SCHEDULE – D-3
NAME PLATE DETAILS OF THE DIFECTIVE 20 MVA
TRANSFORMER AVAILABLE AT220/132/33KV S/S Jey Nagar
Sl. Description Particulars
No. Of 20MVA Transformer
1. Make EMCO
2. Sl.No. of the transformer HT-1364/11-682
Type
3. Year of manufacturing 1997
4. Rating 20MVA
5. Rated Voltage
(i) H.V. 132KV
(ii) L.V. 33KV
(iii) Stabilizing/ Tertiary
6. Rated Current ONAN/ONAF
(i) H.V. 69.99/87.48 Amp
(ii) L.V. 279.93/349.9Amp
7. Tap On Load, Remote & Local
8. Vector Group YNyn0
9. Type of cooling ONAN/ONAF
10. Percentage Impedance ONAF
Voltage at 75°C Tap-5-10.418%
Tap-1-10.791%
Tap-17-9.659%
11. Frequency 50Hz
12. Phases (HV / LV) 3/3
13. Guaranteed Maximum 50/ 55 °C
Temperature Rise in Oil/
Windings
14. Reference Indian Standard Is-2026/1977
15. Transformer Mass
Mass of Oil Kg/Ltr 10560kg/12000Ltr
Total mass 45860kg
Core& Winding 24300kg
Transport mass

- 75 -
SCHEDULE – D-4
NAME PLATE DETAILS OF THE DIFECTIVE 20 MVA
TRANSFORMER AVAILABLE AT 132/33KV S/S ,Chainpal
Sl. Description Particulars
No. Of 20MVA Transformer
1. Make NEI , Bombay
2. Sl.No. of the transformer RY2496/1
Type
3. Year of manufacturing 1977
4. Rating 20MVA
5. Rated Voltage
(i) H.V. 132KV
(ii) L.V. 33KV
(iii) Stabilizing/ Tertiary
6. Rated Current
(i) H.V. 70/87.5 Amp
(ii) L.V. 280 /350Amp
7. Tap On Load, Remote & Local
8. Vector Group Yy0D1
9. Type of cooling ON/OB
10. Percentage Impedance 10.08%
Voltage at 75°C
11. Frequency 50Hz
12. Phases (HV / LV) 3/3
13. Guaranteed Maximum
Temperature Rise in Oil/ 40/50degree
Windings
14. Reference Indian Standard
15. Transformer Mass

Mass of Oil
Total mass
Core& Winding
Transport mass

- 76 -
SCHEDULE – D-5
NAME PLATE DETAILS OF THE DIFECTIVE 20 MVA
TRANSFORMER AVAILABLE AT 132/33KV S/S ,Angul
Sl. Description Particulars
No. Of 20MVA Transformer
1. Make Bharat Bijlee
2. Sl.No. of the transformer 3514/2 (R )
Type
3. Year of manufacturing 1992
4. Rating 16/20 MVA
5. Rated Voltage 132/33 KV
(i) H.V. 132KV
(ii) L.V. 33KV
(iii) Stabilizing/ Tertiary
6. Rated Current in Amp
(i) H.V. 87.5
(ii) L.V. 350
7. Tap 132KV side both remote or
local control
8. Vector Group Ynyn0
9. Type of cooling
10. Percentage Impedance Minm.Tap-1 - 9.763%
Voltage at 75°C NormalTap-5 -10%,
Max tap-17 -11.782%
11. Frequency 50HZ
12. Phases (HV / LV) 3
13. Guaranteed Maximum 40/50degree
Temperature Rise in Oil/
Windings
14. Reference Indian Standard
15. Transformer Mass
Mass of Oil 16770kg/19500Ltr
Total mass
Core& Winding 16300kg
Transport mass

- 77 -
- 78 -

Vous aimerez peut-être aussi